Loading...
HomeMy WebLinkAboutPAL General Engineering Inc; 2018-07-26; PWS18-451TRANI \ ( /RECORDED REQUESTED BY l\ \ CITY OF CARLSBAD DOC# 2019-0262978 111111111111 lllll 111111111111111 lllll lllll 1111111111111111111111111111 Jul 02, 2019 04:34 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., AND WHEN RECORDED PLEASE MAIL TO: SAN DIEGO COUNTY RECORDER FEES $0 00 (SB2 Atkins: $0.00) City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: n/a 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are 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 April 16, 2019. 6. The name of the contractor for such work or improvement is PAL General Engineering, 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. 6001-18OL, 2018 Pavement Overlay. 8. The street address of said property is on ffl1:ttttfHe streets in the City of Carlsbad. Va.r-\ a\JS VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on :J'iJoe QJ , 20_.!!!_, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Juo, ;;J ~ , 20Jj_, at Carlsbad, California. CITY OF CARLSBAD ~ Depvl;] C,1~ Cletd ~t/ BA::z;;G:: J City Clerk Q:\Public Works\PW Common\CAPITAL-ACTIVE\6001-18(OL) 2018 Overlay\NOC.doc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS PAL General Engineering, Inc. has completed the contract work required for Project No. 6001- 1 BOL, 2018 Pavement Overlay. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Install video detection system $87,339 CERTIFICATION OF COMPLETION OF IMPROVEMENTS CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract 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. Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: l\ .Jl .56/ Deputy City Attorney ~~ Q:\Public Works\PW Common\CAPITAL-ACTIVE\6001-18(OL) 2018 Overlay\APl.doc Exhibit 4 MUTUAL RESCISSION OF CONTRACT This Agreement of mutual rescission of a contract made and entered into this / ? ¾ay of ~ Q , 2019 by and between PAL General Engineering, Inc ("Contractor") and the City of Carlsbad, a municipal corporation of the State of California. The parties hereby mutually acknowledge and agree that: On July 24, 2018, the parties entered into a contract for installation of pavement overlay on La Costa Avenue between El Camino Real and Camino de Los Caches and a small residential area that included Viejo Castilla:Way, Navarra Drive and Pirineos Way. The parties wish to rescind the 2018 Pavement Overlay -Contract No. 6001-18OL, Bid No. PWS 18-451 TRAN ("Overlay Contract"). The City has paid the Contractor a total of $87,339.00 to date under the contract for video d~tection system on Navarra Drive and Viejo Castilla Way. The City is currently holding $4,366.95 in retention funds. Therefore, in consideration of the mutual covenants of the parties, the parties hereby rescind the contract effective as this day first written above. This agreement of mutual rescission shall be binding upon the parties, their successors, assigns and personal representatives. Neither party shall have any further rights or duties thereunder. Release of the City: Contractor hereby releases and absolutely and forever discharges the City and its Council, agents, contractors, employees, attorneys, successors and assigns, and each of them, from any all claims, demands, grievances, liabilities, debts, accounts, obligations, costs, expenses, liens, actions and causes of action, of every kind and nature whatsoever, existing on the effective date of this Agreement, whether known or unknown, anticipated or unanticipated, suspected or unsuspected, which Contractor has or claims to have, now or hereafter, against the City and its Council, agents, contractors, employees, attorneys, successors and assigns, and each of them, arising out of or in connection with this Agreement. Release of Contractor: City hereby releases and absolutely and forever discharges the Contractor, and its employees, attorneys, successors and assigns, and each of them, from any all claims, demands, grievances, liabilities, debts, accounts, obligations, costs, expenses, liens, actions and causes of action, of every kind and nature whatsoever, existing on the effective date of this Agreement, whether known or unknown, anticipated or unanticipated, suspected or unsuspected, which City has or claims to have, now or hereafter, against the Contractor, and its employees, attorneys, successors and assigns, and each of them, arising out of or in connection with this Agreement. Inapplicability of Civil Code §1542: The parties acknowledge and agree that the releases contained in this Agreement are special releases and that § 1542 of the Civil Code of the State of California is not applicable. If and to the extent it should be determined that the releases contained in this Agreement are not special releases, contrary to the parties' acknowledged intention and agreement, each party specifically waives the benefits of the provisions of§ 1542 of the Civil Code of the State of California, which provides as follows: ' 1 of 3 April 16, 2019 Item #3 Page 144 of 146 A GENERAL RELEASE DOES NOT EXTEND TO CLAIMS WHICH THE CREDITOR DOES NOT KNOW OR SUSPECT TO EXIST IN HIS OR HER FAVOR AT THE TIME OF EXECUTING THE RELEASE, WHICH IF KNOWN BY HIM OR HER MUST HAVE MATERIALLY AFFECTED HIS OR HER SETTLEMENT WITH THE DEBTOR. Waiver of Unknown Claims: Each party herby acknowledges that such party is aware that such party may later discover facts in addition to or different from those which such party now knows or believes to be true with respect to the subject matter of this Agreement and that it is such party's intention, notwithstanding, to fully, finally and forever, settle and release all of the claims released by this Agreement, known or unknown, suspected or unsuspected, which now exist, may exist or previously existed between the parties. In furtherance of such intention, the releases given in this Agreement shall be and shall remain in effect as a full and completed release, notwithstanding the discovery or existence of any such additional or different facts. The parties, further, accept and assume the risk that such facts may turn out to be different from the facts now known or believed to be true by the parties and agree that the releases given in this Agreement shall remain in all respects effective and shall not be subject to termination or rescission by reason of any such difference in fact. The parties acknowledge that the City will release the remainder of the retention funds under the contract upon the execution of this Agreement by both parties and proper closeout. This Agreement shall be enforced under the laws of the State of California. This is the entire agreement. II II II II II II II 2 of 3 April 16, 2019 Item #3 Page 145 of 146 CONTRACTOR PAL General Engineering, Inc. By: (sign here) Ahd J ahshan -Vice President (print name/title) By: Ahd J ahshan -Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: ATTEST: 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: CELIA A. BREWER, City Attorney By: _ __.,(,---~-/ ....... (~-__._ ......... )~-· / __ _ '1:feputy City ~mey 3 of 3 April 16, 2019 Item #3 Page 146 of 146 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR 2018 PAVEMENT OVERLAY , CONTRACT NO. 6001-lSOL BID NO. PWS18-451 TRAN ,., •+;' Revised 7/19/17 Contract No. 6001-18OL 1 of 120 TABLE OF CONTENTS NOTICE INVITING BIDS ...... : ................................................................................................................. 5 CONTRACTOR'S PROPOSAL ........................................................................................................... 10 BID SECURITY FORM ........................................................................................................................ 16 BIDDER'S BOND TO ACCOMPANY PROPOSAL ............................................................................. 17 GUIDE FOR COMPLETING18 THE "DESIGNATION OF SUBCONTRACTORS" FORM ................ 18 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS ... 20 BIDDER'S STATEMENT OF21 TECHNICAL ABILITY AND EXPERIENCE ..................................... 21 BIDDER'S CERTIFICATE OF INSURANCE FOR22 GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE22 LIABILITY AND WORKERS' COMPENSATION ................................ 22 BIDDER'S STATEMENT RE DEBARMENT ....................................................................................... 23 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ....................................................................... 24 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ..................................................................................................................... 26 CONTRACT27 PUBLIC WORKS ........................................................................................................ 27 LABOR AND MATERIALS BOND ....................................................................................................... 33 FAITHFUL PERFORMANCE/WARRANTY BOND ............................................................................. 35 OPTIONAL ESCROW AGREEMENT FOR ........................................................................................ 37 SECURITY DEPOSITS IN LIEU OF RETENTION ............................................................................. 37 GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOL 1-1 TERMS .............................................................................................................................. 40 1-3 ABBREVIATIONS .............................................................................................................. 44 1-4 UNITS OF MEASURE ....................................................................................................... 47 1-5 SYMBOLS ......................................................................................................................... 49 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT ......................................................................... 49 2-2 ASSIGNMENT .............................................................................................................................. 49 2-3 SUBCONTRACTS ....................................................................................................................... 49 2-4 CONTRACT BONDS ................................................................................................................... 50 2-5 PLANS AND SPECIFICATIONS ............................................................................................... 52 2-6 WORK TO BE DONE ........................................................................................................ 55 2-7 SUBSURFACE DATA ....................................................................................................... 55 2-8 RIGHT-OF-WAY ................................................................................................................ 55 2-9 SURVEYING ................................................................................................................................. 56 2-10 AUTHORITY OF BOARD AND ENGINEER ............................................................................ 57 2-11 INSPECTION ................................................................................................................................ 57 .,., • ., Revised 7/19/17 Contract No. 6001-18OL 2 of 120 SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. ............................................................. 57 3-2 CHANGES INITIATED BY THE AGENCY .............................................................................. 58 3-3 EXTRA WORK ............................................................................................................................. 59 3-4 CHANGED CONDITIONS .......................................................................................................... 61 3-5 DISPUTED WORK ....................................................................................................................... 63 SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP ........................................................................................ 66 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE ...................................... 70 SECTION 5 -UTILITIES 5-1 LOCATION .................................................................................................................................... 71 5-2 PROTECTION .............................................................................................................................. 71 5-3 REMOVAL ..................................................................................................................................... 72 5-4 RELOCATION .............................................................................................................................. 72 5-5 DELAYS ......................................................................................................................................... 73 5-6 COOPERATION ........................................................................................................................... 73 SECTION 6 -SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ............................... 74 6-2 PROSECUTION OF WORK ....................................................................................................... 78 6-3 SUSPENSION OF WORK .......................................................................................................... 78 6-4 DEFAULT BY CONTRACTOR .................................................................................................. 79 6-5 TERMINATION OF CONTRACT ............................................................................................... 79 6-6 DELAYS AND EXTENSIONS OF TIME ................................................................................... 79 6-7 TIME OF COMPLETION ............................................................................................................ 80 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY .............................................................. 81 6-9 LIQUIDATED DAMAGES ........................................................................................................... 82 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION ........................................................ 82 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES ................................................................ 83 7-2 LABOR ........................................................................................................................................... 83 7-3 LIABILITY INSURANCE ............................................................................................................. 83 7-4 WORKERS' COMPENSATION INSURANCE ......................................................................... 83 7-5 PERMITS ....................................................................................................................................... 84 7-6 THE CONTRACTOR'S REPRESENTATIVE .......................................................................... 84 7-7 COOPERATION AND COLLATERAL WORK ......................................................................... 84 7-8 PROJECT SITE MAINTENANCE ............................................................................................. 85 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS ........................... 87 7-10 PUBLIC CONVENIENCE AND SAFETY ................................................................................. 87 7-11 PATENT FEES OR ROYALTIES .............................................................................................. 94 7-12 ADVERTISING ............................................................................................................................. 94 7-13 LAWS TO BE OBSERVED ......................................................................................................... 94 7-14 ANTITRUST CLAIMS .................................................................................................................. 94 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. .......................................... 95 9-2 LUMP SUM WORK ........................................................................................................... 95 9-3 PAYMENT ......................................................................................................................... 95 9-4 BID ITEMS .................................................................................................................................... 99 l"-• .., Revised 7/19/17 Contract No. 6001-18OL 3 of 120 SUPPLEMENT AL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-2 UNTREATED BASE MA TE RIALS ................................................................................... 100 SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE ............................................................................................................. 101 203-14 TIRE RUBBER MODIFIED ASPHALT CONCRETE. ......................................................... 102 SECTION 206 -MISCELLANEOUS MET AL ITEMS 206-9 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) ..................................................... 104 SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT ........................................................................................................................................... 106 SECTION 213 -ENGINEERING FABRICS 213-2 GEOTEXTILES ........................................................................................................................... 106 SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS ........................................................................... 106 SUPPLEMENT AL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT .............................................................................. 110 302-14 ASPHALT PAVEMENT REPAIRS AND REMEDIATION ............................................. 111 SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES .................................................................................. 112 SECTION 312-PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT ................................................................................................................... 114 SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS ................................................................ 114 313-2 TEMPORARY TRAFFIC SIGNING .......................................................................................... 115 313-4 MEASUREMENT AND PAYMENT .......................................................................................... 115 UTILITIES STANDARDS .......................................................................................... 116 l'\ •+; Revised 7/19/17 Contract No. 6001-1 SOL 4 of 120 June 12, 2018 ADDENDUM NO. 1 RE: 2018 Pavement Overlay -Contract No. 6001-18OL BID NO. PWS18-451 TRAN {'city of Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. ~~-~~ Felix Yackel ~ Senior Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidcter>'s Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t From: No. of Pages: Date: CITY OF CARLSBAD 2018 PAVEMENT OVELAY CONTRACT NO. 6001-lSOL BID NO. PWS18-451TRAN Addendum No. 1 Emad Elias, Assistant Engineer Phone: 760-602-7558 1635 Faraday Ave Carlsbad, CA 92008 4 (including this page) June 12, 2018 Bid Opening Date: Remains the same -June 28, 2018 -11 :00 a.m. NOTICE The following changes to the Contract Documents are hereby made effective as though originally issued with the bid package. Bidders are reminded that all previous requirements to this solicitation remain in full force and effect. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. I. To the contract documents , DELETE sheet 29, 33 and 35 of 120, DELETE in their entirety and SUBSTITUTE with sheet 29, 33 and 35 of this Addendum. 2018 Pavement Overlay, Contract No. 600 l-18OL, Bid l\o. PWS 18-45 ITRAN Addendum No. I Page 1 of 4 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11a.m. on June 28, 2018, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Grind, pave, and stripe various streets 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL BID NO. PWS18-451TRAN INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. l". • ., Revised 7/19/17 Contract No. 6001-18OL 5 of 120 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1,967,752. TIME OF COMPLETION The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not include federal funds. The following classifications are acceptable for this contract: A: General Engineering, or C12: Earthwork and Paving. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of i:.._per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee ,, •+;' Revised 7/19/17 Contract No. 6001-18OL 6of120 or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Emad Elias, Project Manager emad.elias@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions regarding this project is 5:00 p.m. on June 20, 2018. No questions will be entertained after that date. The answers to the questions submitted during the bidding period will be published in an addendum and provided via PlanetBids no later than by June 22, 2018. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID 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 the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of 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 the 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. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. {"\ • ., Revised 7/19/17 Contract No. 6001-18OL 7 of 120 UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent ( 100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VI I 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) 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. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. ('\ • ., Revised 7/19/17 Contract No. 6001-18OL 8 of 120 The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2018-07 4, adopted on the 22nd day of May, 2018. May 29, 2018 Eleida Felix Yackel Date Deputy Clerk l'-.... Revised 7/19/17 Contract No. 6001-18OL 9 of 120 CITY OF CARLSBAD 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-1 SOL BID NO. PWS18-451TRAN CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-18OL in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Item No. 1 2 3 4 5 Approximate Quantity Description And Unit Mobilization at 1 Stipulated TWENTY FIVE THOUSAND DOLLARS (Price in Words) Public Notification of Work at 1 Lump Sum SEVEN THOUSAND, FIVE HUNDRED DOLLARS. (Price in Words) Traffic Control & Traffic Control 1 Lump Sum Plan at TWENTY FOUR THOUSAND, FOUR HUNDRED AND FIFTY DOLLARS. (Unit Price in Words) Unit Price (Figures) $ 25,000 2" AC Cold Milling Disposal of Grindings at FIFTY CENTS. and 114,372 ""'"$_o_.s_o ___ _ (Price in Words) 2.5" AC Cold Milling and Disposal of Grindings at THIRTY CENTS. (Price in Words) Square Feet 888,620 Square Feet $ 0. 30 (' fl Revised 7 /19/17 Contract No. 6001-18OL Total Amount (Figures) $ 25,000 $7,500.00 $24,450.00 $57,186.00 $266,586.00 10 of 120 Item No. 6 7 8 9 10 11 12 13 Description Approximate Quantity And Unit Unit Price (Figures) PG64-28TR C2 at 16,142 Tons .:i::$_9_6_-_00 ___ _ NINETY SIX DOLLARS. (Unit Price in Words) Replace Traffic Signal Detector Loops Type E at FOUR HUNDRED AND EIGHTY NINE DOLLARS. (Unit Price in Words) 13 Each Furnish and Install Video 1 Lump Sum Detection System at SEVENTY FOUR THOUSAND, FOUR HUNDRED AND FIVE DOLLARS. (Unit Price in Words) Install Blue Fire Hydrant 32 Each Markers at SEVETEEN DOLLARS AND TWENTY FIVE CENTS (Unit Price in Words) Install Temporary Pavement 1 Lump Sum Markers at FIVE THOUSAND, FIVE HUNDRED DOLLARS. (Unit Price in Words) Signing, Striping, Thermo, and 1 Lump Sum RPM's per Plans and MUTCD at NINTY THOUSAND DOLLARS. (Unit Price in Words) replace water valve boxes and adjust to grade at FOUR HUNDRED AND FIFTY DOLLARS. (Unit Price in Words) 137 Each replace monument boxes and 10 Each adjust to grade at EIGHT THOUSAND, FIVE HUNDRED DOLLARS. (Unit Price in Words) $ 489.00 $ 17.25 $ 450.00 $ 850.00 (' ~ Revised 7 /19/17 Contract No. 6001-18OL Total Amount (Figures) $1,549,632.00 $6,357.00 $74,405.00 $ 552. 00 $5,500.00 $90,000.00 $61,650.00 $8,500.00 11 of 120 Total amount of bid in words: TWO MILLION' ONE HUNDRED AND SEVENTY SEVEN THOUSAND' THREE HUNDRED AND EIGHTEEN DOLLARS. Total amount of bid in numbers:$ 2 ,177, 31s. oo ------------------------ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._1 ________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 916931 , classification A which expires on 04 -3 0-2 o 19 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, 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 officers, agents, or employees has inducted 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 _____ B_o_N_D _______ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires 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 and continue to comply until the contract is complete. ~, \iff Revised 7 /19/17 Contract No. 6001-18OL 12 of 120 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _N_/A_. _________________ _ (2) Signature (given and surname) of proprietor _N_/A_. ________________ _ (3) Place of Business _N_/A_. _________________________ _ (Street and Number) City and State_N_/_A_. ___________________________ _ (4) Zip Code _N_/A_. _____ _ Telephone No. _N_/A_. _____________ _ (5) E-Mail _N_/A_. _____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _N_/A_. _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) N/A. (3) Place of Business _N_/A_. _________________________ _ (Street and Number) City and State _N_/A_. __________________ _ (4) Zip Code _N_/A_. _____ _ Telephone No. _N_/A_. _______________ _ (5) E-Mail _N/_A_. ___________________ _ {'\ •;;' Revised 7/19/17 Contract No. 6001-1 SOL 13 of 120 IF A CORPORATION, SIGN HERE: ( 1) Name under which business is conducted PAL GENERAL ENGINEERING, INC. c2>----=~---d~w~,GS:1,fiG·ifF-?~-----------------csignature> VICE-PRESIDENT (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _c_A ________ _ (4) Place of Business 10675 TREENA STREET, suITE 103 (Street and Number) City and State sAN DIEGO, cA (5) Zip Code _9_21_3_1 ______ _ Telephone No. _s_ss_-_s_6_o-_s_3_o_o __________ _ (6) E-Mail Estimating@palsd.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ,, •+;' Revised 7 /19/17 Contract No. 6001-18OL 14 of 120 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 8ll O O!O 81C @ 0 0 0 Btl r.( 0 [J. 0 11 IO@ 080811a10 no O D [Jc{] 0 9 f)OO:O B 88818 0 808800@ 1 )00@0 0 !l lfB B@ 0:0@ 0 86 D [Pl A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of '.San Diego _ } On~ 2%, fr before me, -{4-r-G,_ ~ 1 ,~otary Public Date -t--.. J _ ~ personally appeared ,4tqJ__ U VVVl ~ Here Insert Name and Title of the Officer -Name(s) of Signer(s) who proved to me on the basis of satisfactory evidenc~ be the perso.o1a.whose name(Gistare subscribed to the within instrument and acknow~ed to me th8'M/she/they executed the same in ~her/their authorized capacity.(,ies), and that b~/her/their signature$). on the instrument the person(s), or the entity upon behalf of which the persoo.(s) acted, executed the instrument. · """" ~111, ·--..eneeommn .. 1 • ~ OFFICIAL SEAL _ ,'.~i;'._~~ A. ENCINAS ~~-J.-~_ _i .~:) NOTARY PUBLIC-CALIFORNIA~ a: -~~;Jl~v~ -COMM. NO. 2095839 --'--~,;y· SAN DIEGO COUNTY l ~ MV COMM, EXP, JAN. 30, 20191 ,.,., ets:e:P1111 a•• •at o •--•usoou sea Place Notqry Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand. and official seal. Signature __ @n~'--.......:a...00-L:_, __ 7 ______ _ Signature of Notary Public List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ABD JAHSHAN ., \.., Revised 7/19/17 Contract No. 6001-18OL 15 of 120 BID SECURITY FORM (Check to Accompany Bid) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of BIDDER' s BOND ________________________ dollars($ lo% ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. PAL GENERAL ENGINEERING, INC. *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ('\ +' Revised 7/19/17 Contract No. 6001-18OL 16 of 120 BIDDER'S BOND TO ACCOMPANY PROPOSAL 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN KNOW ALL PERSONS BY THESE PRESENTS: That we, PAL General Engineering, Inc. , as Principal, and United Fire & Casualty Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten percent of bid amount (10%) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, 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: 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN in the City of Carlsbad, is accepted by the City Council, and if the 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 Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ----'2=5=th~-----day of __ ----"-Ju=n=e ____ , 20-'1-=8 __ PAL General Engineering, Inc. (SEAL) United Fire & casualty Company (SEAL) By: ~~ ~ ~ (Signature) (Signa r (Principal) /!AA .ol.. (Sur~etY, hm UA '0S \I'(;\{\ ~ Vi Cf[ -~r~~ ;c\ etrr __ M_att_he_w_C_. _G.....:.ay_no_..;r,_A_tto_rn_e,:_y-i_n-_Fa_c_t -- (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By:---------------- Deputy City Attorney l' • ., Revised 7/19/17 Contract No. 6001-18OL 17of120 uw• INSLIRANCE., UNITEnFIRE & CASUALTY COMPANY,CEDAI{RAPJDS, IA UNITED FIRE & INDEMNITY COMPANY,WEBSTER; TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF AhORNEY (original on file at Home Office of Company -See Certification) Inq1liries: Surety Department 118 Second A,•e SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly orgaiiizedandexisting under the laws of the State of Iowa; United Fire & lndeumity Company, a corporation duly organized <!Jld existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly brganized and existing under theI.a,~.s ofthe State 6f C'.'alifomia (herein collectively called the Companies), and having their corporateheadquart~s m Cedar Rapids, $tate of Iowa, does make, con~titute ~nd appoint DANIEL FRAZEE, KIM VASQUEZ, MATTHEW C, GAYNOR, .EACH INDIVIDUAl.c.1,.V their true and lawfulAttomey(i)-in-Fact with power and authority hereby conferred .to sign, seatan(i exec¥-te ill its behalf all lawful bonds, lllldertakmgs and other obligatory u1stru01ents of similar nature provided that no single obligation sl1aU excee<i $so, ooo; ooo; oo and to bind the Companies thereby as fully at1d to the same extent as if such instrurnents were ~igµedby the duly authqrized office!.'$ of the Co111panies and all of the acts of said Attorney, pursuant to the 3utho1ity hereby given and hereby ratified ~nd c9nfinned. · The. Authority hereby granted is continuous and shall remain in full force at1d effect until fevoked by United Fire & Casualty ClJmpany, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made ai1d executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013; by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article YI -Surety Bonds and Undertakings" Section ;2, Appointment of Anorney-in-Fact. "TI1e President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney qr certification of either authorized hereby; such signature and seal, when so used, being adopted by the C-0mpanies as the original signature of such officer and the original seal of the Compan~s. to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set of forth in their respective .certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments .and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke at! power and authority previously given to any attorney-in-fact. · State oflowa. County of Linn, ss: IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 7th day of November, 2017 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMP ANY By: On 7th day of November, 2017, before me personally came Dennis J; Richmann to me known, who being by me duly sworn, did depose and say; tl1at he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casuahy Company, a Vice President of United Fire & Ind~mnity Company, and a Vice President of Financial Pacificinsurance Company the corporations described in and which executed the above instrument; that he knows the ·seal of said corporations; that th~. seal 3ffixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name there:~~:suant to like autho:~:· :~~~ 1 knowledges same to be the act and deed of said corpbration/J I· • 'l ... A JJ~ JJ _ f~ Comi:s~o~ 0:t~~13274 • fl'al:Ji-, ~otary Public ow My Commission Expires 10/26/2019 .. M . · · .·· .· 10/26/"019 · · · .. y commission expires:. ~ I, Mary A. Bertsch, Assistant};ecretary of United Fire & Casu(!lty Company and Asst~tanfS~cretary ?f United Fire ~ fademnity Company, and Assistant Secretary of Financial Pacificlnsurance Company, do hereby certify that 1 have cQmpared the foregoing CQpy of the Power ofAttoruey and affidavit, and the copy of the Section of the bylaws.at1d re$0lutions of said Corporations as setforth in ~id PowliIT ?[Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORA TlONS, and that th~ same are correct transcripts thereof. and ofthe whole of the ¥id originals, and that the said Power of Attorney has not been revoked and is now in full force at1d effect. · · · · In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 25th day of . June , 201.§___. By: ·~A~ . < · · .. ·· . · Assistant~ecretary, UF&C & UF&I & FPIC BPOA0049 1217 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On June 25, 2018 before me, Kathy Scheuerman, Notary Public (insert name and title of the officer) personally appeared Matthew C. Gaynor who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of :San Diego -} On~ z_z--l~ before me, 4::bVl~-1 ,Notary Public -' Here Insert Name and Title of the Officer Datel\L I_ ~ I. ~l, ~-. personally appeared _-l:J!2_.__--"-_vL_~U.~~V'-f/ __ ~_Vu.<...vl _______________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidench19 be the person(~hose name(sQ/are subscribed to the within instrument and acknow~ed to me thaiJJ.¢she/they executed the same i~/her/their authorized capac!t(.Q_es), and that by(bj.s{her/their signatll.J:filfil on the instrument the persw(s), or the entity upon behalf of which the perso.p.(s) acted, executed the instrument. ru-..,-se nnesn••nnnoan nos-. .ii,~'¢; OFFICIAL SEAL 1 __ 1, _ Lf\ A. ENCINAS "' g lt$' .:"t -~·y,\r~OTARY PUBLIC·CALIFORNIA~ a:\"l'>-"--~.c ".·1 COMM. NO. 2095839 -'--\?'"'·~*'.!_. · -SAN DIEGO COUNTY I ~-»1/ MY COMM. EXP. JAN. 30, 20191 4#0CZ&QU4!HYS•4Jt a OUUUU&CCCC. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~/1;_____._Hm-'--=---~---'=-~-- Signature of Notary Public GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777. 7 . . , \.,; Revised 7/19/17 Contract No. 6001-1 SOL 18 of 120 Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. l'\ • ., Revised 7/19/17 Contract No. 6001-18OL 19 of 120 7 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion and and Email Registration License No. and Work by of Work Subcontract Location of Business Address No. Classification or in Dollars* & 8 TRAFFIC LOOPS 714-520-4026 1000003794 652956 $70,225.00 946 s. EMERALD ST. ~stimating@ ~LASS C-10 & C-3 ANAHEIM CA 92804 lcinc-ca.cor 9 & 11 STATEWIDE STRIPES, INC 858-560-6887 1000001334 788286 p79,936.00 P.O. BOX 600710 sean@state C32 IQ1'1\l nTR(:!!"'\ ,.." 0')1 i:;o widestripes.ccm Page _1_ of _1_ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." l' • ., Revised 7 /19/17 Contract No. 6001-18OL 20 of 120 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN 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, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone No. Amount Contract of the Employer of Person to Type of Work of Completed Contract Contract SEE ATTACHED . . , \i., Revised 7/19/17 Contract No. 6001-18OL 21 of 120 PAL Genera l Eng ineering Inc. Re fere nce List Eighc Alley Paving 2015 Sewer, Wacer, Arterial Paving -Del Mar 7 Owner: City of Imperial beach Owner: City of Del Mar General Contractor: PAL General Engineering Inc z General Contractor. PAL General Engineering Inc z Contract Value: $936,697.00 Contract Value: $4,756,435.00 g g i Start Date: 7/11/2017 i Start Date: 1/5/2016 Completion: 11/11/2017 Completion: 11/30/2016 Contract Duration: 120 Contract Duration: 240 i Project Manager. EricMincilli fi Project Manager: Eric Minicilli Phone: 619.423.8311 z Phone: (858) 704-3680 .. ~ Email: emlnklllit!1mRS;Nlbeacha.1ov 5 Email: l~ns: t--l1ms:1lh <ii.·agn@s.klmac.s;a.~> o' Concrete Alley Paving, Pre,~ous Concrete, o' Street Improvement; Demiltion, Concrete Flat 1111 Driveway, Curb, Curb Ramps, RCP Storm Iii work, Asphalt , Reclaimed Recycle Waterline, .. Scope of Work: Drain Pipe .. Scope of Work: Foccemain Sewerline, Retaining Walls, Fence , Guard Rail, Slurry Seal, Sriping. I Jacoba Medical Cencer -UCSD 2015 Sewer, Wacer, Arterial Plffllll • Del Mar I Owner. UCSD Owner: City of Del Mar General Contractor. PAL General Engineering Inc General Contractor: PAL General Engineering Inc z Contract Value: $1,189,564.00 ! Contract Value: $4,756,435.00 0 Start Date: 8/1/2014 Start Date: 1/5/2016 i Comoletion: 6/12/2015 i Completion: 11/30/2016 Contract Duration: 360 Calendar Contract Duration: 240 i Proiect Mao32er. Brandon Potts i Project Manager: Jose Bride Phone: 619.694.9612 Phone: (858) 704-3680 i Email: BPotts@kitchell.com i Email: jbnde~delmir.ca.us Access Road; Installation of Base material Street Improvement; Demiltion, Concrete Flat , Asphalt Paving, Concrete Paving, work, Asphalt , Reclaimed Recycle Waterline, • Striping Iii Forcemain Sewerline, Retaining Walls, Fence , .. Scope of Work: .. Scope of Work: Guard Rail, Slurry Seal, Sriping. I Pavemeac Rcllab 0ftday FY16/17 -Encinicu Wat City Parldas Lot lmJNOftmeat I Owner: City of Encinitas Owner: SDCC -San Diego Community College General Contractor: PAL General Engineering Inc General Contractor: PAL General Engineering Inc ~ Contract Value: $3,240,836.91 ! Contract Value: $510,988.12 Start Date: 8/8/16 i Start Date: 5/15/2015 i Comoletion: 11/28/16 Comoletion: 8/30/2014 Contract Duration: 80 Working Days Contract Duration: 120 Working Days 0 Project Man:u>er: Greg Shields i Project Man32er: Sean Dunbar -Harris & Associates II, ~ Phone: 760-685-5550 Phone: 323-286-2690 ~ Email: Gshields@encinitasca.gov ~ Email: scan.dunbar@wL-:uchams.com Street I mpro,·ement; Ruberrized Asphalt Parking Lot; Demolition, Grading, Pervious o' Overlay , Asphalt Dig ours , Slurry Seal , o' Concrete, Storm Drain, Asphalt Paving, f Mahole Adjustment , Traffic Loops , 1111 Landscaping, Lighting, Striping . Scope of Work: .. Scope of Work: I Public Works Yard Improvement -Vista Aapahh Paving @ Adobe Bhaflil I Owner: City of Vista Owner. Poway Unified School District z General Contractor. PAL General Engineering Inc z General Contractor. PAL General Engineering, Inc. 0 Contract Value: $477,140.63 0 Contract Value: $247,919.00 i Start Date: 7/15/2016 j Start Date: 12/23/2016 Completion: 8/15/2016 Comoletion: 1/21/2016 0 Contract Duration: 60 working Days 0 Contract Duration: 30 Days II, Project Manager: Tony L. White "' l'vlike I latch ~ ~ Project Man:tj!er: ~ Phone: (619) 212-3554 ti Phone: 619-644-7 585 Email: twhite@cityofvista.com Ill Email: .Ml lat~b~IK"~·aru•ll-~2w o' Parking Lot; Demolition of Existing o' School Parking Lot; Demolition , Grading, 1111 Improvements, Gradjng, Storm Drain , 1111 Asphalt Paving, Striping. A. Scope of Work: A. Scope of Work: Asphalt Pa\·ing, Concrete Paving , Striping. I PAL General Engineering Inc. Reference Lisi Monce Viaca Dr, Sidwalk Improvemenl Coronado Screec & Concrete Improvement I z Owner: City of Vista z Owner: San Diego Airport Authority 0 General Contractor: PAL General Engineering, Inc. 0 General Contractor: PAL General Engineering, Inc. I Contract Value: $147,624.26 i Contract Value: $700,000.00 Start Date: 9/1/2015 Start Date: 6/23/15 i Completion: 11/10/2015 0 Completion: 7/21/15 ~ Contract Duration: 60 Work Days ~ Contract Duration: 30 working days ~ Project Manai?er: Tun Shell ~ Project Mana1>er: Katherine Odiorne Phone: [/60) 643-5424 Phone: 619-522-2424 o' Email: tsb~ll@t1 ,·is'1!·k3 11~ o' Email: k2di2m~t2mnad2 ,a us 1111 Street Improvement; Demolition , 1111 Street lmprovments:Asphalt Gridning, I. Scope of Work: I. Scope of Work: NewAsphalt & Concrete lmprovement, Asphalt Paving, Concrete Flat Work, Slurry I PY13 Group 1 Coacrete Street Panel R.eplac:emeat R.TIP PY14/15 Saeet Improvement I Owner: City of San Diego Owner: City of Imperial Beach z General Contractor: PAL General Engineering, Inc. z General Contractor: PAL General Engineering, Inc. 9 Contract Value: $1,717,655.26 0 Contract Value: $368,225.00 i Start Date: 11/5/2013 i Start Date: 11/5/2013 Completion: 2/5/2014 Completion: 2/18/2014 i Contract Duration: 140 Working Days 0 Contract Duration: 105 Days Project Manager: Erikat, Ahmad ~ Project Manlll!er: Vicki Madrid Phone: 858-980-0561 Phone: 619-628-1371 ~ Email: AErikat@sandiego.gov ~ Email: 1mallm!@1m~aalb!:a~b~a-r21 o' Street Improvement; Remove and o' Street Improvement; Road widening, new 1111 Replace Concrete Streets , Subgrade 1111 raod base, curb & gutter, concrete sidewalk, I. Scope of Work: Preperation , Striping. I. Scope of Work: retaining wall, drainage, signal modification, landscape, striping, and traffic control. I Saa Aadra Dr. Median Improv. ADA Impro,emealB Pbaae II I Owner: City of Solana Be2ch Owner: San Diego Unified Port District General Contractor: PAL General Engineering, Inc. General Contractor: PAL General Engineering, Inc. Contract Value: $358,246.58 z Contract Value: $1,611,425.00 Start Date: 7/6/2015 9 Start Date: 11/27/2010 Completion: 10/30/2015 a Completion: 10/15/2011 Contract Duration: 120 Working Days Contract Duration: 360 Calendar Days Project Manai?er: Mo. Somrnack i Proiect Manai?er: William Melton Phone: 858-232-1602 Phone: 619.890.2332 Email: msammak@cosb.org ~ Email: wmelton~~rtofnnd~o.or1 Street Improvement; Demolition of Streets/ Parking lots; Remo,•e Existing Existing Improvement, New Paving, o' improvement and bring it to ADA standard , 1111 Scope of Work: Concrete Flat work , Landscaping , It. Scope of Work: Asphalt Pa,·ing, Concrete Flat work , Signage Striping. , Striping. I Oxlonl Saeet Improvement Aapbah Pavement Overlay 6001-140L I Owner: City of Chula Vista Owner: City of Carlsbad General Contractor: PAL General Engineering, Inc. General Contractor: PAL General Engineering, Inc. z Contract Value: $1,249,458.00 z Contract Value: $1,149,871.00 0 0 i Start Date: 8/15/2010 i Start Date: 6/2/2015 Completion: 4/26/2011 Completion: 7/31/2015 Contract Duration: 190 Working Days Contract Duration: 90 days i Project Manlll!Cr: Kalani Camatcho i Project Manaj!Cr: Scott Fisher ~ Phone: 619-921-2922 ~ Phone: 760-814-7226 ti Email: kcamac.J!Q@_ci.chula.v1sta._ea.us ti Email: ~.h shcrUI carlshadca.00..1. 1.:1 Street Improvement; Storm Drain , s Street Improvement; Asphalt Paving , o' Grading, Base installation , Asphalt Striping. a: Ill: It. Scope of Work: Pa,·ing , Concrete l~at work , It. Scope of Work: Filtration System, Signage , Electrical , Striping. I BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: IKI Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) 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. ,, • ., Revised 7/19/17 Contract No. 6001-18OL 22 of 120 PALGE-1 OPID:WC ACORD' CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 01/17/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementlsl. PRODUCER ~2~i~cT Rancho Mesa Ins. Services Inc. Rancho Mesa Insurance Services rtgN~o Extl: 619-937-0164 I rffc Nol: 619-937-0168 250 Riverview Parkway #401 Santee, CA 92071 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INsURER A: Associated Industries Ins Co. 23140 INSURED PAL General Engineering, Inc. INsuRER B: Ohio Casualty Ins Company 24074 10675 Treena St., Ste. 103 INSURER c: Endurance American Specialty San Diego, CA 92131 INSURER D: Everest National Insurance Co 10120 INSURER E : Lloyds of London INSURERF: COVERAGES CERTIFICATE NUMBER· 1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR ,~mi:\i~, (~g~Jri~, LIMITS LTR ,.,.,n W\/n POLICY NUMBER A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -D CLAIMS-MADE [!] OCCUR IJAMAGt: I U Kt:NTED X X AES1020314 01/07/2018 01/07/2019 PREMISES /Ea occurrencel $ 100,000 X Bl/PD Ded $5,000 MED EXP (Any one person) $ Excluded - PERSONAL & ADV INJURY $ 1,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,000 =7 [!] PRO-DLOC PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 <Ea accident\ -B X ANY AUTO X X BAO56481930 01/07/2018 01/07/2019 BODILY INJURY (Per person) $ -ALL OWNED ~ SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X x NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS £\~/;&8011 /Per accident\ x $1000 Comp x $ UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 10,000,000 - 10,000,000 C X EXCESS LIAB CLAIMS-MADE ELD30000554700 01/07/2018 01/07/2019 AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION X I PER I X I OTH-AND EMPLOYERS' LIABILITY STATUTE ER Y/N D ANY PROPRIETOR/PARTNER/EXECUTIVE D X 7600018522181 01/07/2018 01/07/2019 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 E Professional/ AE182439 01/07/2018 01/07/2019 Ea Claim 1,000,000 Pollution Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: OPERATIONS OF THE NAMED INSURED AS CERTIFICATE HOLDERS INTEREST MAY APPEAR SUBJECT TO POLICY TERMS, CONDITIONS AND EXCLUSIONS. CITY OF CARLSBAD IS INCLUDED AS ADDITIONAL INSURED PER FORM CG201011/85 ATTACHED. PRIMARY AND NON-CONTRIBUTORY WORDING APPLIES. AUTO ADDITIONAL INSURED APPLIES PER ENDORSEMENT ATTACHED. (cpagp) CERTIFICATE HOLDER CANCELLATION CITYC10 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF CARLSBAD/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS INSURANCE COMPIANCE SERVICES AUTHORIZED REPRESENTATIVE P.O. BOX 4668 -ECM #35050 Y~<AJv iNEW YORK NY 10163-4668 -© 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AES1020314 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: All persons or organizations where written contract with the Named Insured requires 11/85 edition. This form does not apply to work on "residential property". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 201011 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 D POLICY NUMBER: AES1020314 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4. of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance. Rather, any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission POLICY NUMBER: AES1020314 COMMERCIAL GENERAL LIABILITY CG 24 0405 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 D POLICY NUMBER: AES1020314 COMMERCIAL GENERAL LIABILITY NX GL 093 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT -AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Schedule Subject to an Overall Policy Aggregate Limit: $5,000,000 (Information required to complete this Schedule, if not shown above, will be shown in Declarations.) A. Paragraphs 2. and 3. of SECTION Ill -LIMITS OF INSURANCE are replaced by the following: 2. The Overall Policy Aggregate Limit is the most we will pay for the sum of a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" to each of your projects away from premises owned by or rented to you. B. The following is added to SECTION Ill -LIMITS OF INSURANCE: 8. Subject to Paragraph 2. and 3. above, the General Aggregate Limit is the most we will pay under for the sum Coverage A, Coverage B, or Coverage C to each of your projects away from premises owned by or rented to you. NX GL 093 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission POLICY NUMBER: AES1020314 ) IL00 1711 98 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation 1. The first Named Insured shown in the Declara- tions may cancel this policy by mailing or deli- vering to us advance written notice of cancella- tion. 2. We may cancel this policy by mailing or deliver- ing to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancel- lation if we cancel for nonpayment of pre- mium; or b. 30 days before the effective date of cancel- lation if we cancel for any other reason. 3. We will mail or deliver our notice to the f irst Named lnsured's last mailing address known to us. 4. Notice of cancellation will state the ef fective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the r efund may be less than pro rata. The cancellation will be ef- fective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be suffi- cient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the ins urance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C. Examination Of Your Books And Records We may examine and audit y our books and records as they relate to this policy at any time dur- ing the policy period and up to thr ee years after- ward. D. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; .. b. Give you reports on the conditions we find; and c. Recommend changes. 2. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to in- surability and the premiums to be charged. We do not make safety inspections. We do not un- dertake to per form the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes in- surance inspections, surveys, reports or rec- ommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or recom- mendations we may make relative to certifica- tion, under state or municipal statutes, ordin- ances or regulations, of boilers, pressure ves- sels or elevators. E. Premiums The first Named Insured shown in the Dec lara- tions: 1. Is responsible for the payment of all premiums; and 2. Will be the payee for any return premiums we pay. F. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representa- tive. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property . IL 00 1711 98 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 a 0 ~ N 0 Policy Number: BAO56481930 COMMERCIAL AUTO CA8810 0113 --- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 19 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 22 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 23 EXTRA EXPENSE -BROADENED COVERAGE 10 GLASS REPAIR -WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE (including employee hired auto and loss of use) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 TWO OR MORE DEDUCTIBLES 17 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 1 18 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 20 SECTION II -LIABILITY COVERAGE is amended as follows: 1. BROADFORMINSURED SECTION II -LIABILITY COVERAGE, paragraph A.1. -WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; © 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 0 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE, paragraph A.1. -WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow, but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDmONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II -LIABILITY COVERAGE, paragraph A.1. · WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have . agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS 5. SECTION II -LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to $500 a day because of time off from work. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II -LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION Ill -PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or © 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 7 -= -- -- To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 20. WAIVER OF TRANSFER OF RIGHTS Of RECOVERY AGAINST OTHIRI TO US SECTION IV -BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "toss", our rights \are waived also. 21. HIRED AUTO COVERAGE TERRITORY SECTION IV -BUSINESS AUTO CONDITIONS, paragraph 8.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V -DEFINITIONS is amended as follows: 22. BODILY INJURY REDEFINED Under SECTION V -DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental ~ anguish, mental injury, shock, fright or death resulting from any of these at any time. D ro a ;: COMMMON POLICY CONDITIONS 23. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. -CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. © 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 WORh:ERS ('OMl'E:\S.\TIO:\ .\:\D E\ll'LOYERS LIABILITY I:\Sl R.\:\CE POLICY WC 04 03 06 W AIYER OF OlJR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perfom1 work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 01/07/2018 Policy No. 7600018522181 Endorsement No. 001 Insured: PAL General Engineering, Inc. Premium $ INCL. Insurance Company: Everest National Insurance Company Countersigned By: ___________________________ _ -1998 by the Workers' Compensation Insurance Rating Bureau ofC'alifornia. All rights reserved. From the W('IRB's California Workers' Compensation Insurance Forms \lanual -1999. 4 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. N/A. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: PAL GENERAL ENGINEERING, INC. (name of Contractor) By: ~~t>t=. signhere) ABD JAHSHAN-VICE-PRESIDENT (print name/title) Page _1_ of _1_ pages of this Re Debarment form ,, •tr Revised 7/19/17 Contract No. 6001-18OL 23 of 120 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. N/A. (If needed attach additional sheets to provide full disclosure.) Page _1_ of _2_ pages of this Disclosure of Discipline form l' •+' Revised 7/19/17 Contract No. 6001-18OL 24 of 120 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-1 SOL PWS18-451TRAN 1) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: PAL GENERAL ENGINEERING, INC. (name of Contractor) By:~~Jjav,- (sign here) ABD JAHSHAN-VICE-PRESIDENT (print name/title) Page _2 _ of _2 _ pages of this Disclosure of Discipline form ., \i., Revised 7/19/17 Contract No. 6001-18OL 25 of 120 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451 TRAN The undersigned declares: PAL GENERAL ENGINEERING INC. I am the _v_. P_. ____ of ______ , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on JUNE 5th , 20~ at SAN DIEGO [city], CA [state]. ,, •,; Revised 7/19/17 Contract No. 6001-18OL 26 of 120 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. } State of California County of 'san Diego. on~ Z,,r; r ) 0 before me, ft::bvl~ 1,Notary Publi~ Date AiJ -;. 1 _ L _ . Here Insert Name and Title of the Officer . J_ .1 t"-Vl SYUM--7 , personally appeared ___ i__ ___ U---"'--------'-------------------- Name{s) of Signer(s) who proved to me on the basis of satisfactory evidenc~be the pers~ whose name(s~/are subscribed to the within instrument and acknow~ed to me tha~he/they executed the same ~/her/their authorized capaci.tl(les), and that b~er/their signatur~n the instrument the persQD(s), or the entity upon behalf of which the persoo.(s) acted, executed the instrument. Place Notgry Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. /271 ~:.a~ Signature -~!!l!f!!1-~ __ v_r \J(__...,(Lr-------- Signature of Notary Public CONTRACT PUBLIC WORKS This agreement is made this 1(e:tY\. day of -"'J-""""~.t'-----------' 20Jil.. by and between the City of Carlsbad, California, a municipal c oration, (hereinafter called "City''), and Pal General Engineering, Inc. whose principal place of business is ' 10675 Treena Street. Suite 103, San Diego, CA 92131 (hereinafter called "Contractor'1, City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docum.ents for: (hereinafter called "project') 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-461TRAN 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided-at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. ft Q Revised 7 /19/17 Contract No. 6001-180L 27 of 120 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobslte, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other · job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physlcal Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevalllng Wage. Pursuant to· the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file In the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. (' +1 Revised 7 /19/17 Contract No. 6001-18OL 28of120 9. Indemnification. 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 relating 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 inclu~ing attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense .costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance ·against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy#70. (A} Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: · a Commercial General Liability Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occvrrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto poHcy 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. ,, c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B} Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its (' fr Revised 7 /19/17 Addendum No. 1 Contract No. 6001·1BOL 29 of 120 officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. {E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article (\ +; Revised 7/19/17 Contract No. 6001-18OL 30 of 120 j 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. 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. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debannent for False Claims. 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. (F) Carlsbad Municipal Code. 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. (G) Debannent from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. 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. I have read and understand all provisions of Section 11 above. ('\() . init , ~, init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mall of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 0 Revised 7/19/17 Contract No. 6001-18OL 31 of 120 16. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act{15 U.S.C. Sec. 15) or under the CartwrightAct{Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be mad~ and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause requir~ by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Addltlonal Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Pal General En~ineerin~. Inc. (name of Contractor) By:_~~ (sign here) Abd Jahshan, Vice President (print name and title) By:~~ (sign here) Abd J ahshan, Secretary (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By:~~ Deputy City Attorney (\ fl Revised 7 /19/17 Contract No. 6001-18OL 32 of 120 ' Bond Number: 54-222796 Premium included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Pal General Engineerinfi.Inc. (hereinafter designated ashe "Principal"), a Contract for: 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN 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 and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies. or teams used in, upon 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, Pal General Engineering, Inc. , as Principal, (hereinafter designated as the "Contractor"),and United Fire & Casualty Company _______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of Two Mj))jon One Hundred and Seventy-Seven Ibausaod Ibree Hundred aod · Eighteen Dollars Dollars ($ 2,177,318. }. said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and 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 Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, 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, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts · required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addit_ion to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. (' · ti Revised 7/19/17 Addendum No. 1 Contract No. 6001-lSOL 33 of 120 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this -~-3'"""fl __ _ day of ~LAlJ , 20 \] CONTRACTOR: Pal General Engineering, Inc. BY.--.......:..,.~~('--'-m~e~of~$~~~o-m_ra_c_to_r_) ____ _ 'J (sign here) f\E ~ntlh~ ~~ (title and organization of signatory) By. ______________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURElY this ___ 23'--r_d ___ day of __ __,_Ju-'--ly.,__ ______ , 20 18 SURElY: United Fire & Casualty Company ( name of Surety) 118 2nd Avenue, SE . Cedar Rapids, IA 52407 (address of Surety) Matthew C. Gaynor (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-presidem and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney .~ By: ~a. Deputy City Attorney ., \i..,-Revised 7119117 Contract No. 6001-18OL 34 of 120 ............ ··•··· ..... · U111 ·.·. INSURANCE . lJNITED FIRE & CASUAI.JY C(?MPANY, CEDAI?. RAJ?II)S, IA UNITED FIRE &.f.NDEJ\fNtTY COMPANY.WISBSTERiT){ FINANCIAL PACifi'.IC fNl:;URANC£COMPAN¥\ ROCKLIN, CA .. · CERTIFIED COPY OFPOWEROF A1TORNEY (original on file at Home C>ffi~e of Company -See Certification) Jnqµir~es: Surety Dep~rtll)ent · · ll8 Secotid A ,;e SE Cedar Rapids1 .IA 52401 KNOW ALL PERSONS BY Tl-IE~E PRE~ENT~; Th~t United Fite & Casualty Chtlip11ny, a ¢oipor{ltiofr4i.l!y orgllllized IUld ex1stingupder thelaws of the State of Iowa; United Fire & Jndeinnity .Company, a corpotati91l duly org;mlied .~d existing und~r the laws of the Stat~. of Texas; and· Financial .Pacific Insurllnce. C0l'llpariy, a corporaticJH duly organized an9 e)(~ing tindef tl1e law~ ofl:he State of (;:alifoIIJi;i (l1erein collectively called the Companies), and haying their COIJX)l"llteheadql)arters iii Cedar R,<ipids, State of Iowa, Mes titake, cm1stjtl,lte inid appoint . . . DANIEL FRAZEE, KIM VASQUEZ, MAT..'f:HEW C .. GAYNOR, 1'::ACH I NDIVloUALl,;'f. . their true and lawful Attqmey(s)-irl°Fact wi~l po\Vef and authofity hereby conf#fedto StW1, $eaLitljd ~l;cµte µ1 tts behalf.~li m"1ful bonds, undertakings and other obligatqi'y instrunrents of similar nature pr()vided tliat no snt~le oblig~tiqp. spa!lexcee~ <$Si), 000 /00Q. OQ and t() bind the Companies ~teby as fully and to the 5anie extenfJIS if sud1 instru111ertts ~ere ~igtj~d by the dui)r aµthorized officers o(tlie Companies and all ofthe acts of said Atto~ney, pursuanttp the au,-0rity herebfgjven and hereby ratified llnd corfmu.ed: ·• / i . .... • . . . . . . . ·· . The Authority hereby granted. is continuous and shall• remain in fulLforce and effect unti:lrevoked by UiiitJID Fire & Casualty Cpµipany, United F"ire· /5l •. Indemnity Company, and Financial Pacific Insurance Company. This Power ofAttorney is made and executed pursuant to and by authority of the following by law duly adopted on May 15, 2013; by the Boards of Directors ofUnitedFire & Casuahy Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. · "Article VI -Surety Bonds and Undertakings" . . Section 2, Appointment of Anomey-in-Fact "TI1e President or any Vice President, or any other officer of the Companies may, from time to tini~, appQin(by \VriHen certificates anorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature ofanyofficer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorii:ey orc'ertificatfori of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set of forth in their r~spective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto: :Ibe President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previQusly given to any 4ttorney-in-fact. . State of lowa,County of Linn, ss: IN WITNESS WHEREOF, the COMPANIES have each caused these presents t9 be signed by its vice president and its corporate seal to be hereto affixed this 7th day of November, 2017 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCECpM{>ANY By: 9-~tr.~ Vice President On 7th day of November, 2017, before me personally came Dennis J;<Ri~hmann to me knoMl, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & . Casualty Company,. a·•· Vice. President qf U llited fire /5l Iq9e~ity Company,. a1Jd a Vic~ . Presifieu! of F irlan,9ia I pacific Insµrance Coµipany the corporations described in andwhii'.:11 ·• execµted the a90ve mstrurp.erw that he knows the 'iaLof sai(i pm:Pqratiop.s; tb.at the seal affixed to the said instrument is such corporate seal; that it was so id'fixe4 plll'SUarlt to authority giveriby the ijoat'q. otDirectoJ.'~ dfsaili corpqrations aild that he signed his name thereto pursuant to like authority, and acknow\egges sami;: to .be the ~Ct and deed t;>f said cprpt)rati6ns .. ··••·· ii ·• . . ••. ii) co..:~:?!.n~13274 ·• · ··.· . ; \.<~ ~ow, Public ow~ MY Commission Expires 10/26/2019 .. . . / ... My commission e;x,pirj!S: l0/26/2019 I, Mary A. Bertsch, Assistant Sedetary of H11ited Fire & Caswtlty CoQ1W1PY llJ!dA,ssis~f~eiiewcy d{Uhited Fire J µidertmiti Company, wi4 A~sistant Secretary of Finan9ialPaciffolnsurance Company, do hei:epy ceitify that! havJ cQtnpared the for~oiJlg copy of the PQWt;l'ofAttomey andaffidavit, and . the copy of theSectioµ of the bylaws and re~lutions of said Corporations at~t forth ii1 sljid P9wgi:9f'Attomey, with the()RJGINAL~QN Fi~~ IN Tl-IE HOME OFFI.CE OF SAIQ GORfOR,i\TIONS, and thatt11¢ ;,ame are c?rrecttran,;scrip~ jh~r~t ari? ofthe whole of the\aw. originals, an~ that the said Power of Attorney has not been revoked and is now in fuUforce and effect. ·. · · · · · ·· · ·.·. · · · · ·. · · ln testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 23rd day of J)Jly , 2()_._1_8_. ·~1~cy UF&C & UF&I & FPIC BPOA0049 1217 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On July 23, 2018 before me, Kathy Scheuerman, Notary Public (insert name and title of the officer) personally appeared Matthew C. Gaynor who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KATHY SCHEUERMAN Notary Public -California z San Diego County ! • <' Comm"1ssion # 2232615 , ,. M C:\11t1tTt E•l'lrl!I, Mat 18; i8~i! Bond Number: 54-222796 Premium: $19,064 Premium will be adjusted based on final contract amount. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Pal General Engineering, Inc. , (hereinafter designated as the "Principal"), a Contractfor: 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451TRAN in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Pal General Engineering, Inc. , as Principal, (hereinafter designated as the "Contractor''), and United Fire & Casualty Company _____________ , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Two Million One Hundred and Seventy-Seven Thousand Three Hundred and Eighteen Dollars Dollars ($2,177,318. }, said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specifieq, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety 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 there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. r. • ., Revised 7/19/17 Addendum No. 1 Contract No. 6001-18OL 35 of 120 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this _"L~3~"'"-tJ. __ day of a~~ I 20 \~ CONTRACTOR: Pal General Engineering,Inc. (name of Contractor) By-:_jJ~ (sign here) Pr~ ~ b:'&'\\ ~ ~ (p~ name here), (Title and Organization of Signatory) By: ___________ _ (sign here) (print name here) (Title and Organization of signatory) Executed by SURElY this 23rdday of -----~J~u~lY~---~· 20_1_8 __ SURETY: United Fire & Casualty Company (name of Surety) 118 2nd Avenue, SE Cedar Rapids, IA 52407 (address of Surety) 319-247-6144 (telephone number of Surety) By: -----'-_A __ c----"-_-'-++----- (signature of Att Matthew C. Gaynor (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the, corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _ __._~---=--;;...__--'---C...---=--..;;;.....,,._----- Deputy City Attorney l' •+1 Revised 7/19/17 Contract No. 6001-1801'. 36 of 120 ufgl• INSURANCE.I UNITEDFIRE &CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & Il'IDEMNITY COMP ANY. WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY ( original on file at Home Office of Company -See Certification) Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing WJder the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws ofthe State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make; constitute and appoint DANIEL FRAZEE, KIM VASQUEZ, MATTHEW C. GAYNOR, EACH INDIVIOUAL,LY their true and lawful Attomey(s)sm-Fact with power and authority hereby conferred to sign, seal. and execute in its behalfaff lawful bonds, undertakings and other obligatory instruments of siinilar naMe.provided that no single obliiraticiil. shall exceed . $50,000,000.00 and to bind the Comp~ies thereby as fully and to the same extent as if su.;h instruments 'Yere signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect untihevoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casuahy Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article YI -Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "1l1e President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Coiporate seal, may be affixed by facsimile to any power of attorney or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set of forth in their respective. certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to atta.ch the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoli:e aU power and authority previously given to any attorney-in-fact. State of Iowa, County of Linn, ss: IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 7th day of November, 2017 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: 9-~ru____ Vice President On 7th day of November, 2017, before me personally came Dennis J, Ric;:hmann to me kno'Ml, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company; a Vice President of United Fire & InMmnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ~·1,. Patli Waddell ~ ~· I~ ~~~ ~~-• · f Commission number 713274 ~ Notary Public 11. My Commission Expires 10/26/2019 M . · · · . J0/26;201 9 y comm1ss1on expires: I, Mary A Bertsch, AssistantSecretary of United Fire ~ CastJaltY Company and Assistant Secretary of United Fire & Indemnity Company,. and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that! have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power ofAttomey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereWJto subscribed my name and affixed the corporate seal of the said Corporations this 23rd day of .Ju 1 y , 20__1__8._. By: ~ A~ · · ·. ·. · Assistant Secretary, UF&C & UF&I & FPIC BPOA00491217 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On July 23, 2018 before me, Kathy Scheuerman, Notary Public (insert name and title of the officer) personally appeared Matthew C. Gaynor who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature /CQJj]11 ~ ~ ...__ (Seal) OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is -----------------------------hereinafter called ------------------------------ 11 Contractor" and _______________________ whose address is hereinafter --------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-18OL PWS18-451 TRAN in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. l' •,r Revised 7/19/17 Contract No. 6001-18OL 37of120 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. ' 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title. _____ ---=--F..:.:.IN..:.:.A..:.:.N..:..:C:::.:E=-=D..:.:.IR_,_,E=C==--T~O=R--'------ Name _________________ _ Signature ________________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title. __________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ For Escrow Agent: Title __________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ,, •+; Revised 7/19/17 Contract No. 6001-18OL 38 of 120 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: {"\ •ff Revised 7/19/17 Title ________ ..:.,:.M"'-A"'""Y....,O"-'R-'--------- Name _________________ _ Signature-------~--------- Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title _________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ Title __________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ Contract No. 6001-1 SOL 39 of 120 GENERAL PROVISIONS FOR 2018 PAVEMENT OVERLAY CONTRACT NO. 6001-1 SOL PWS18-451TRAN CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. {"\ •ff Revised 11/24/10 Contract No. 6001-18OL 40 of 120 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, l' •+' Revised 11/24/10 Contract No. 6001-18OL 41 of 120 permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. l' ~ Revised 11/24/10 Contract No. 6001-18OL 42 of 120 Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. l"\ • ., Revised 11/24/10 Contract No. 6001-18OL 43 of 120 Standard Plans -Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety-Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne -Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work-That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. ,, ~ Revised 11/24/10 Contract No. 6001-18OL 44 of 120 All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN............... .... ... .. . .. . . . . . . . . . . . . . . . . ........... Abandon CSP .......................................... Corrugated steel pipe ABAND ...................................................... Abandoned CSD. . ...................... Carlsbad Standard Drawings ABS ......................... Acrylonitrile -butadiene -styrene CTB ............................................. Cement treated base AC ..................................................... Asphalt Concrete CV.... . ............................................... Check valve ACP .......................................... Asbestos cement pipe CY ............................................................. Cubic yard ACWS ...................... Asphalt concrete wearing surface D .............................................................. Load of pipe ALT ................................................................ Alternate dB..................... ......... ................ ...... . ..... Decibels APTS ................................. Apartment and Apartments DBL.................................................. . .......... Double AMER STD .................................... American Standard DF ...................................................... .. Douglas fir AWG ............... American Wire Gage (nonferrous wire) DIA............ . .............................................. Diameter BC ................................................... Beginning of curve DIP......... ...................... . .... Ductile iron pipe BCR................ . ......... Beginning of curb return DL. .......... . .......................................... Dead load BORY..... .................................. .. Boundary DR................................. . ... D~e~~nR~~ BF.......................................... . ........ Bottom of footing DT ............................................................... Drain Tile BLDG ........................................ Building and Buildings DWG ............................................................. Drawing BM ............................................................. Bench mark . DWY.... . ............................................... Driveway BVC .................................... Beginning of vertical curve DWY APPR ................................... Driveway approach B/W ............................................................ Back of wall E..... . .................................................. Electric CIC ...................................................... Center to center EA....... . ........................................................ Each CAB ...................................... Crushed aggregate base EC ............................................................ End of curve CAL/OSHA ............ California Occupational Safety and ECR ................................................. End of curb return Health Administration EF ................................................................. Each face CalTrans ........ California Department of Transportation EG .......................................................... Edge of gutter CAP ................................... Corrugated aluminum pipe EGL .................................................. Energy grade line CB ............................................................. Catch Basin El. ................................................................. Elevation Cb........................ . ...................................... Curb ELC ...................................... Electrolier lighting conduit CBP ............................... Catch Basin Connection Pipe EL T ..................................................... Extra long ton CBR..... . ........................... California Bearing Ratio ENGR .................. Engineer, Engineering CCR ............................. California Code of Regulations EP ... . .................... Edge of pavement CCTV .............................................. Closed Circuit TV ESMT .................................................... Easement CES .......................... Carlsbad Engineering Standards ETB .......................... Emulsion-treated base CF ............................................................... Curb face EVC........... . ........................... End of vertical curb CF.............. ........................... . ........ Cubic foot EWA ............................... Encina Wastewater Authority C&G..... . ................................... Curb and gutter EXC.... . ................................................... Excavation CFR ................................ Code of Federal Regulations EXP JT ............................................... Expansion joint CFS...... . .......................... Cubic Feet per Second EXST. ............................................................... Existing CIP .......................................................... Cast iron pipe F........................................... . ....... Fa~en~lt GIPP ... ... . . . . ... . . . . . . . . ... Cast-in place pipe F&C ................................................. Frame and cover CL.. . ................................. Clearance, center line F&I .. . ............................ Furnish and install CLF ..................................................... Chain link fence FAB ..... . ................................................ Fabricate CMB ................................ Crushed miscellaneous base FAS ............................................... Flashing arrow sign CMC .......................................... Cement mortar-coated FD.. . ...................................................... Floor drain CML ............................................. Cement mortar-lined FON ........................................................... Foundation CMWD ..................... Carlsbad Municipal Water District FED SPEC .................................. Federal Specification CO .................................................... Cleanout (Sewer) FG ......................................................... Finished grade COL ............................................................... Column FH ............................................................. Fire hydrant COMM ....................................................... Commercial FL ................................................................... Flow line CONG ............................................................ Concrete FS .................................................... Finished surface CONN ......................................................... Connection FT-LB ....................................................... Foot-pound CONST ................................... Construct, Construction FTG ................................................................... Footing COO RD . .. . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . ..... Coordinate FW ......................................................... Face of wall {'\ •;;' Revised 11/24/10 Contract No. 6001-18OL 45 of 120 G........ ...................... . ............................... Gas MVL. ............................................. Mercury vapor light GA.............................. . ....................... Gauge NCTD ............................ North County Transit District GAL... . . . . . . . . . . . . . . . . . . . ... Gallon and Gallons NRCP .......... Nonreinforced concrete pipe GALV .................... . .................. Galvanized OBS . . . ...................................... Obsolete GAR .......................................... Garage and Garages OC ............................................. On center GIP .... Galvanized iron pipe OD ................................................... Outside diameter GL ....................................... Ground line or grade line OE .............................................................. Outer edge GM ..................................... Gas meter OHE .............................................. Overhead Electric GNV ......................... Ground Not Visible OMWD .................. Olivenhain Municipal Water District GP ........................................... Guy pole OPP... . ....................................... Opposite GPM.... . ........................ gallons per minute ORIG ...................... Original GR .................................................................... Grade PB .................................................................... Pull box GRTG . . ..................................... Grating PC............ . ........................ Point of curvature GSP ......................................... Galvanized steel pipe PCC ....................... Portland cement concrete or point H. . ............. High or height of compound curvature HB......... ........... ......... . ..................... Hose bib PCVC ....................... Point of compound vertical curve HC..... .................. . ..... House connection PE ............................................................ Polyethylene HDWL . . . . . . . . . . . . . . . . . . . . . . . .............. Headwall Pl. .................................................. Point of intersection HGL . . . . . .............. Hydraulic grade line PL .......................................... Property line HORIZ..... . ... Horizontal PMB .............. Processed miscellaneous base HP ......... Horsepower POC ....................................................... Point on curve HPG......... . ............... High pressure gas POT.. .................................................. Point on tangent HPS ............................... High pressure sodium (Light) PP.. . . . . . . . . . . . . . . . ....................................... Power pole HYDR................... . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . ... Hydraulic PRC ........................................... Point of reverse curve IE ........................................................ Invert Elevation PRVC................. .. . .. Point of reverse vertical curve ID ......................................................... Inside diameter PSI .......................................... Pounds per square inch INCL. .............................................................. Including PT ................................................... Point of tangency INSP ........................... . ....................... Inspection PVC ................................................... Polyvinyl chloride INV ..................................................................... Invert PVMT ........................................................... Pavement IP ............................................................ Iron pipe PVT R/W.............. . .............. Private right-of-way JC .................................................. Junction chamber Q ......................... Rate of flow in cubic feet per second JCT .............. Junction QUAD ........................................ Quadrangle, Quadrant JS.. . ..................... Junction structure R ....................................................................... Radius JT.... . ................. Joint R&O ........................................................ Rock and oil L....... . ........................................................ Length R/W........ . ....................... Right-of-way LAB . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. Laboratory RA... . ......................... Recycling agent LAT............. . .......................................... Lateral RAC.. . ....... Recycled asphalt concrete LB............ .................... ..Pound RAP...... . ........ Reclaimed asphalt pavement LD ............... . ............................. Local depression RBAC ..................... Rubberized asphalt concrete LF. . ........................................ Linear foot RC ............. Reinforced concrete LH . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...... Lamp hole RCB ...................................... .Reinforced concrete box LL...... . ............................................... Live load RCE ...................................... Registered civil engineer LOL.. . ...... Layout line RCP ...................................... Reinforced concrete pipe LONG ...... Longitudinal RCV ............................................ Remote control valve LP. . .................................... Lamppost REF .............................................................. Reference LPS ................................. Low pressure sodium (Light) REINF .............................. Reinforced or reinforcement LS .............................................................. Lump sum RES.... . . . . . . . ........................ ... . . . ...... Reservoir L TS .................................................... Lime treated soil RGE ...................... Registered geotechnical engineer LWD. . ................. Leucadia Wastewater District ROW ...................................................... Right-of-Way MAINT .................................................... Maintenance RR....... . ............................................... Railroad MAX ........................................................... Maxim um RSE.. .. . .. Registered structural engineer MCR... . ............................... Middle of curb return RTE....... . ........... Registered traffic engineer MEAS.......... . ......................... Measure S.... .. . . ...... Sewer or Slope, as applicable MH .................................. Manhole, maintenance hole SCCP ...................... Steel cylinder concrete pipe MIL SPEC ....................... Military specification SD.. . .. . . . . . . . . . . . . . . .. . ................. Storm drain MISC ......................................... Miscellaneous SDNR ............................. San Diego Northern Railway MOD .................................................. Modified, modify SDR ....... Standard thermoplastic pipe dimension ratio MON . . .. .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ........ Monument (ratio of pipe O.D. to minimum wall thickness) MSL .. Mean Sea Level (Reg. Standard Drawing M-12) SDRSD ......... San Diego Regional Standard Drawings MTBM.. . ..... Microtunneling Boring Machine SE........................ . ................... Sand Equivalent MUL T....... .................. .............. . ...... Multiple SEC ................. ............................ . .......... Section MUTCD ..... Manual on Uniform Traffic Control Devices SF ............................................................. Square foot l' • ., Revised 11/24/10 Contract No. 6001-18OL 46 of 120 SFM ................................................. Sewer Force Main TS ........................ Traffic signal or transition structure SI ....................... International System of Units (Metric) TSC........ .. ............................ Traffic signal conduit SPEC. ...................... .. ................... Specifications TSS... .. ......................... Traffic signal standard SPPWC................. .. .............. Standard Plans for TW.... .. .......................................... Top of wall Public Works 9onstruction TYP ................................................................ Typical ST HWY ................................................. State highway UE ............................................. Underground Electric STA .................................................................... Station USA.... .. ........................... Underground Service Alert STD ................................................................ Standard VAR.. .. ............................................. Varies, Variable STR .................................................................. Straight VB ............................................................... Valve box STR GR ................................................. Straight grade VC ........................................................ Vertical curve STRUC .......................................... Structural/Structure VCP .................................................. Vitrified clay pipe SW ................................................................. Sidewalk VERT .............................................................. Vertical SWD ..................................................... Sidewalk drain VOL ................................................................ Volume SY ............................................................. Square yard VWD ...................................... .Vallecitos Water District ~ ................................................................ To~~~ W ....................... Water, Wider or Width, as applicable ~ ..................................................... To~~ WATCH .............. Work Area Traffic Control Handbook TC........... . ........................................ Top of curb WI..... .. ......................................... Wrought iron ~L ............................................................. To~~~ WM... .. .............................................. Water meter TF ........................................................... Top of footing WPJ ........................................ Weakened plane joint TOPO ......................................................... Topography XCONN ... .. .................................. Cross connection TR........ . ........................................................... Tract XSEC . .. ................................ Cross section TRANS .... .. .. .. .. .. ...... .. .. .. .. .. .. .. .. .. .. .. .. .. . ...... Transition 1-3.3 Institutions. Abbreviation AASHTO AISC ANSI API AREA ASTM AWPA AWS AWWA FHWA GRI NEMA NOAA UL USGS Word or Words American Association of State Highway and Transportation Officials American Institute of Steel Construction American National Standards Institute American Petroleum Institute American Railway Engineering Association American Society for Testing and Materials American Wood Preservers Association American Welding Society American Water Works Association Federal Highway Administration Geosynthetic Research Institute National Electrical Manufacturers Association National Oceanic and Atmospheric Administration (Dept. of Commerce) Underwriters' Laboratories Inc. United States Geological Survey 1-4UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. {'\ •+;' Revised 11/24/10 Contract No. 6001-18OL 47 of 120 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Abbreviations) 1 1 mil (=0.001 in) 1 inch (in) 1 inch (in) 1 foot (ft) 1 yard (yd) 1 mile (mi) 1 square foot (ft2) 1 square yard (yd2) 1 cubic foot (ft3) 1 cubic yard (yd3) 1 acre 1 U.S. gallon (gal) 1 fluid ounce (fl. oz.) 1 pound mass (lb) (avoirdupois) 1 ounce mass (oz) 1 Ton (=2000 lb avoirdupois) 1 Poise 1 centistoke (cs) 1 pound force (lbf) 1 pounds per square inch (psi) 1 pound force per foot (lbf/ft) 1 foot-pound force (ft-lbf) (Equal To) 1 foot-pound force per second ([ft-lbf]/s) 1 part per million (ppm) Temperature Units and Abbreviations Degree Fahrenheit (°F): °F = (1.8 x °C) + 32 51 Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo(k) 103 centi (c) 10-2 milli (m) 10-3 micro (µ) 10-5 nano (n) 1 o-9 pico (p) 10-12 ,., •+; Revised 11/24/10 Contract No. 6001-18OL 51 Unit (Abbreviations) 25.4 micrometer (µm) 25.4 millimeter (mm) 2.54 centimeter (cm) 0.3048 meter (m) 0.9144 meter (m) 1.6093 kilometer (km) 0.0929 square meter (m2) 0.8361 square meter (m2) 0.0283 cubic meter (m3) 0.7646 cubic meter (m3) 0.4047 hectare (ha) 3. 7854 Liter (L) 29.5735 millileter (ml) 0.4536 kilogram (kg) 0.02835 kilogram (kg) 0.9072 Tonne (= 907 kg) 0.1 pascal · second (Pa · s) 1 square millimeters per second (mm2/s) 4.4482 Newton (N) 6.8948 Kilopascal (kPa) 1.4594 Newton per meter (N/m) 1.3558 Joules (J) 1.3558 Watt (W) 1 milligram/liter (mg/L) Degree Celsius (°C): °C = (°F -32)/1.8 48 of 120 1-5SYMBOLS ~ L. % I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shail comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." ,., _., Revised 11/24/10 Contract No. 6001-18OL 49 of 120 "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 0 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 1 0 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted .,., a+;' Revised 11/24/10 Contract No. 6001-18OL 50 of 120 below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. ,, _.., Revised 11/24/10 Contract No. 6001-1 BOL 51 of 120 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The construction plans consist of one set. The plan set is designated as City of Carlsbad Drawing No. 510-1 and consists of 14 sheets. The specifications for the work include the General Provisions, Supplemental Provisions, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings . .,., • ., Revised 11/24/10 Contract No. 6001-18OL 52 of 120 b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Plan details shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would ir.dicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: {'\ •~ Revised 11/24/10 Contract No. 6001-18OL 53 of 120 "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: _____________ _ Title: ______________ _ Date: ---------------- Company Name: _____________________________ _ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Section Number 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 TABLE 2-5.3.2 (A) Title Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wirina Diaarams Subject Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Sianal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of {"\ •~ Revised 11/24/10 Contract No. 6001-18OL 54 of 120 conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1. 1 . 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas ,., •ii Revised 11/24/10 Contract No. 6001-18OL 55 of 120 and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include ful I compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. ,., •+;' Revised 11/24/10 Contract No. 6001-18OL 56 of 120 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the l' • .., Revised 11 /24/ 1 0 Contract No. 6001-18OL 57of120 interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per .,., •fi Revised 11/24/10 Contract No. 6001-18OL 58 of 120 Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for -("\ _.., Revised 11/24/10 Contract No. 6001-18OL 59 of 120 equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right- of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insu ranee, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. l'\ •+' Revised 11/24/10 Contract No. 6001-1 BOL 60 of 120 (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................................ 20 2) Materials ........................................... 15 3) Equipment Rental ............................ 15 4) Other Items and Expenditures ......... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 1 O percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: {'\ •~ Revised 11/24/10 Contract No. 6001-1 BOL 61 of 120 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further -("\ • ., Revised 11/24/10 Contract No. 6001-1 SOL 62 of 120 understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: _____________ _ Title: _____________ _ Date: --------------- Company Name: ____________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 1 0 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ,, •,;" Revised 11/24/10 Contract No. 6001-18OL 63 of 120 ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and ,, •~ Revised 11/24/10 Contract No. 6001-18OL 64 of 120 confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 ( commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 ( commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ,., •fr Revised 11/24/10 Contract No. 6001-18OL 65 of 120 SECTION 4-CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in l'\ •~ Revised 11/24/10 Contract No. 6001-1 SOL 66 of 120 the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after l"\ •~ Revised 11/24/10 Contract No. 6001-18OL 67 of 120 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction or any tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. If the Contractor chooses to dispute the Agency's test results, the Contractor shall conduct additional testing of their own, at no additional cost to the Agency. The additional testing shall be done by a third-party testing lab agreed upon by the Agency and the Contractor, and at project locations mutually agreed upon by the Agency and the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. ,, •,;' Revised 11/24/10 Contract No. 6001-1 SOL 68 of 120 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then l'\ .... Revised 11/24/10 Contract No. 6001-18OL 69 of 120 select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. l"\ •+' Revised 11/24/10 Contract No. 6001-1 BOL 70 of 120 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete . .,., •+;' Revised 11/24/10 Contract No. 6001-1 SOL 71 of 120 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1 .6, 2012 Edition, and the supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. ,., •ii' Revised 11 /24/10 Contract No. 6001-1 SOL 72 of 120 Such temporary omIssIon shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. ,, • ., Revised 11/24/10 Contract No. 6001-18OL 73 of 120 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within seven (7) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. ,, • ._, Revised 11/24/10 Contract No. 6001-18OL 74 of 120 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.1 O Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. · {"\ •+' Revised 11/24/10 Contract No. 6001-18OL 75 of 120 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and markect "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements_ no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6- 1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working .,., • .., Revised 11/24/10 Contract No. 6001-1 SOL 76 of 120 days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. ,, • .., Revised 11/24/10 Contract No. 6001-18OL 77 of 120 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings whenever necessary. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. ,, •~ Revised 11/24/10 Contract No. 6001-18OL 78 of 120 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faitt,, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, .,., •+r Revised 11/24/10 Contract No. 6001-18OL 79 of 120 inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed working days. The Contractor shall diligently prosecute the work to completion within fifty (50) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: .,., _., Revised 11/24/10 Contract No. 6001-1 SOL 80 of 120 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. The intersection of La Costa Avenue and Rancho Santa Fe Road shall be cold-milled and paved in its entirety at night time between the hours of 8:00 p.m. and 5:00 a.m. The milling operation shall cease by 11 p.m., and all lanes shall be opened no later than 5 a.m. Unless superseded by the above paragraph or the approved Traffic Control Plan, the normal hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Friday, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours, night work, or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall submit a schedule including a daily work plan to the Engineer reflecting the specified working hours and approved traffic control plan. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the l'\ .... Revised 11/24/10 Contract No. 6001-18OL 81 of 120 completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred dollars ($500). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred dollars ($500) per day is the minimum value of costs and actual damaged caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. With respect to the public right-of-way, failure of the Contractor to restore and open all travel lanes within designated working hours shall result in damages being sustained by the Agency. For every 15-minute increment ( or portion of time thereof) beyond the hours of work stated in the Contract Documents or superseded by the approved traffic control plans, the Contractor shall pay to the Agency, or have monies due to it, the sum of One Thousand Dollars ($1,000). Such sum is liquidated damages and shall not be construed as a penalty, and will be deducted from monthly progress payments due the Contractor if such delay occurs. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Ager:,cy will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. -("\ W+;' Revised 11/24/10 Contract No. 6001-18OL 82 of 120 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am 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 I will comply with such provisions before commencing the performance of the work of this contract." {'\ •ii Revised 11/24/10 Contract No. 6001-1 BOL 83 of 120 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Perm its. No Resource agency permits are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. l'\ • .., Revised 11/24/10 Contract No. 6001-18OL 84 of 120 The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her ,, •~ Revised 11/24/10 Contract No. 6001-18OL 85 of 120 sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic .,., •+' Revised 11/24/10 Contract No. 6001-1 SOL 86 of 120 concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. .,., _., Revised 11/24/10 Contract No. 6001-18OL 87 of 120 Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The work shall be conducted by the Contractor in a manner to provide a satisfactory surface for traffic. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 760-929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Public Notification of Work: See Section 302-4.4 "Public Convenience and Traffic Control" for details about the notification letter to residences and businesses which is required to be mailed at least 2 weeks prior to the work. In addition to the two-week notification letter, a 72-hr notification door hangar shall be given to all residences and businesses on the affected streets at least 72 hours prior to resurfacting. Seventy-two (72) hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction ,, •ff Revised 11/24/10 Contract No. 6001-18OL 88 of 120 for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing a~ distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment arfd Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb l'. •fi Revised 11/24/10 Contract No. 6001-18OL 89 of 120 marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall maintain a safe buffer distance from any traffic lane occupied by traffic. The Contractor's equipment shall maintain a safe distance from any traffic or pedestrians. A minimum of one (1) paved traffic lane shall remain open and unobstructed for use by public traffic in each direction of travel at all times. If this is not possible due to road width constraints in certain areas, the Contractor shall submit a traffic control plan to the Engineer for review and approval prior to implementation. The contractor shall not allow public traffic to drive on the cold- milled surface. See Section 6-7 for details on working hours and traffic control. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way . .,., ~ Revised 11/24/10 Contract No. 6001-1 BOL 90 of 120 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012 as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012, as amended for use in California as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The ,, •+' Revised 11/24/10 Contract No. 6001-18OL 91 of 120 Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals.' 7-10.3.7 Payment The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. ,, •+' Revised 11/24/10 Contract No. 6001-18OL 92 of 120 The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required . .,., •fi Revised 11/24/10 Contract No. 6001-18OL 93 of 120 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYAL TIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103. 5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." ,., •+, Revised 11/24/10 Contract No. 6001-18OL 94 of 120 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Facilities are not required for agency personnel. SECTION 9-MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual l'. •~ Revised 11/24/10 Contract No. 6001-18OL 95 of 120 quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing .,., •ff Revised 11/24/10 Contract No. 6001-18OL 96 of 120 that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 5 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation ,, •+' Revised 11 /24/ 1 0 Contract No. 6001-18OL 97of120 within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable ti me such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and preparatory work will be made at the stipulated lump-sum price of $25,000, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and .,., _., Revised 11/24/10 Contract No. 6001-1 SOL 98 of 120 operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. {'\ •+' Revised 11 /24/ 1 0 Contract No. 6001-1 SOL 99 of 120 SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" 11/2'' 1" 3/4" No. 4 No. 30 No. 200 l'\ •~ Revised 11/24/10 AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2'' Maximum Operating Range 100 90-100 50-85 25-45 10-25 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Contract No. 6001-180L 3/4" Maximum Operating Range 100 90-100 35-60 10-30 2-9 Operating Range 78 Min. 25 Min. 35 Min. 100 of 120 The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $5.00 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.3 Materials. Add the following: Conventional asphalt concrete shall be class C2-PG64-10- RAP for surface course, and B-PG64-10-RAP for base course]. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course and B-PG64-10-RAP for base course. Asphalt concrete for patches shall be B-PG64-10-RAP. Rubberized asphalt concrete shall meet the requirements of Section 203-14 of these Supplemental Provisions. All asphalt concrete shall conform to Sections 203 and 302-5 of the SSPWC and these Supplemental Provisions. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: .,., • ., Revised 11/24/10 Contract No. 6001-18OL 101 of 120 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values and/or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as show in Table 203-9.3.2 (A). 203-6.8 Asphalt Concrete Storage. Replace existing section with the following: Storage of asphalt concrete shall not be allowed. 203-14 TIRE RUBBER MODIFIED ASPHALT CONCRETE. 203-14.2.1 Tire Rubber Modified Paving Asphalt. Replace with the following: Tire rubber modified paving asphalt shall be PG64-28TR containing a minimum of 15% scrap tire rubber from California tires. The binder material must contain a minimum of 300 pounds (equivalent to 15% by weight) of tire-derived crumb rubber per ton of rubberized binder. Manufacturer shall certify that the scrap tire rubber came from California tires. Manufacturer shall provide lab test results, dated within 6 months, showing that the tire rubber modified paving asphalt conforms to the table below. 203-14.3 Composition and Grading. Add the following: ,, _., Revised 11/24/10 Contract No. 6001-1 BOL 102 of 120 Rubberized asphalt concrete shall be class PG64-28TR, 15% tire rubber, dense-graded C2 aggregate per Section 203-6.4 of the Green book (2015 Edition). 203-14.4 Mix Designs. Add the following: Contractor shall submit for approval an asphalt concrete mix design per Greenbook Section 203- 6.2. The asphalt concrete mix design method shall be Hveem with the optimal binder content determined by California Test 367. The mix design shall conform to Greenbook Table 203- 14.3(A) except the minimum binder content by weight of dry aggregate shall be 5.5% as determined by Hveem method. Once the percent asphalt binder is determined by the mix design, the production tolerance shall be+/-0.4% as determined by California Test Method 362, 379, or 382. P rf G d d T" R bb M d'f d P . A h It e ormance ra e ire u er 0 I le avma SP a Specification Grade Property AASHTO Test Method PG PG PG 58-34 TR 64-28 TR 76-22 TR Original Binder Flash Point, Minimum °C T 48 230 230 230 Solubility, Minimum % b T 44c 97.5 97.5 97.5 Viscosity at 135°C, T 316 Maximum, Pa-s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta), kPa 1.00 1.00 1.00 RTFO Test, T240 Mass Loss, Maximum,% 1.00 1.00 1.00 .,., •+;' Revised 11/24/10 Contract No. 6001-18OL 103 of 120 RTFO Test AQed Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta), kPa 2.20 2.20 2.20 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C Note e Note e Note e Maximum (delta), % 80 80 80 Elastic Recovery!, T 301 Test Temp., °C 25 25 25 Minimum recovery, % 75 75 65 PAV9 Aging, R 28 Temperature, °C 100 100 110 RTFO Test and PAV AQed Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, 0c 16 22 31 Maximum G*sin(delta) kPa 5000 5000 5000 Creep Stiffness, T 313 Test Temperature, °C -24 -18 -12 Maximum S-value, MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Do not modify PG Tire Rubber Modified using acid modification. b. The Engineer will waive this specification if the supplier is a Quality Supplier as defined by the Caltrans' "Certification Program for Suppliers of Asphalt." c. ASTM D 5546 may be used instead of AASHTO T 44. d. Note deleted. e. Test temperature is the temperature at which G*/sin(delta) is 2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delta) is 2.2 kPa. A graph of (delta) versus temperature may be used to determine delta at the temperature when G*/sin(delta) is 2.2 kPa. The Engineer also accepts direct measurement of (delta) at the temperature when G*/sin(delta) is 2.2 kPa. f. Tests without a force ductility clamp may be performed. g. "PAV" means Pressurized Aging Vessel. SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of - 20°C (-4°F) to + 70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 ,, •~ Revised 11/24/10 Contract No. 6001-1 SOL 104 of 120 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer As part of the bid item ''Traffic Control," at least one PCMS will be required in each direction of travel affected by the work on the major streets and intersection work. The traffic control plans shall clearly show the PCMS' locations. The PCMS shall warn motorists of the work one (1) week prior to start of the work and for the entire duration of the work. Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre- programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made . .,., • .., Revised 11/24/10 Contract No. 6001-1 SOL 105 of 120 SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. SECTION 213 -ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geogrid used for base stabilization shall be Tensar TriAx. Pavement reinforcement shall be Tensar GlasGrid. Contractor shall follow manfuacturer's installation instructions and recommendations. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. Type TOM-Temporary Markers l' • ., Revised 11/24/10 TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Manufacturer of Distributor Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, 877 335-4638 Contract No. 6001-1 SOL 106 of 120 SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 302 -ROADWAY SURFACING 302-4.5 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. A sample letter shall be provided by the city and the Contractor shall use the city's sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 4 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb card stock. The printing on the notice shall be no smaller than 12 point. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. ("\ _., Revised 11/24/10 Contract No. 6001-18OL 107 of 120 The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section. RESIDENT NOTIFICATION EXAMPLE Dear resident: CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD# (760)XXX-XXXX As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with a layer of asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to XYZ Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: _________ _ from 8:30A.M. to 3:30 P.M. If you don't plan to leave your home by 8:30 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad Engineering Inspection Department. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at (760)XXX-XXXX if you have any questions regarding the project. If resurfacing is scheduled on your trash collection day, the work will be coordinated as not to conflict with trash pickup. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Engineering Inspection Department at 602-2780. Thank you for your cooperation as we work to make a better City of Carlsbad. l'\ _., Revised 11/24/10 Contract No. 6001-18OL 108 of 120 (Date) (Name of Contractor) (Address of Contractor) (Contractor's License Number) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be .. beginning in two or three weeks. This process requires that your st;~et be closed for II~-starting at 8:30 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 ½" x 8 ½" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting. If you don't plan to leave your home before 8:00 a.m. on the day your street will be surfaced, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may damage some surfaces, may mark surfaces that you track it on, and may be very difficult to remove. (Name of Contractor) is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 ½" x 8 ½" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." .,., •~ Revised 11/24/10 Contract No. 6001-18OL 109 of 120 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least two (2) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2 Pavement Transitions. add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 , gallon per square yard or SS-1 h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-11 paving asphalt, or SS-1 h emulsion, immediately before the adjoining asphalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self-propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. 302-5.8 Manholes and Valve Boxes (and other structures). delete the first paragraph and replace with the following: The Contractor must locate and record locations of all appurtenances in the roadway including, but not limited to, manholes, access holes, valve boxes, blow-offs, air releases, sewer cleanouts, and survey monument boxes. Prior to grinding or paving adjacent to any structure, Contractor shall install plywood shelves or umbrella devices in order to prevent debris from falling into structures. Prior to placing the overlay, the Contractor shall install rubber nipples/risers on top of all appurtenances in the roadway and pave over the rubber nipples/risers. Each manhole cover shall be treated or covered to prevent adhesion of the overlay. Each City-owned manhole and cleanout shall be located and raised to grade within 72 hours after the overlay is placed and shall be thoroughly cleaned of any construction debris which may have entered due to the Contractor's operation. Each valve box shall be replaced per CMWD Standard Drawing No. W-13. Each 2" Blow-off/Manual Air Release box shall be replaced ("\ a+;' Revised 11/24/10 Contract No. 6001-1 BOL 110 of 120 per CMWO Standard Drawing W-6. The contractor shall be responsible for matching the finish grades of the new pavement to match the existing manholes, as to create a smooth finish surface, and not have any abrupt changes in or around the manholes. In the event of any damage to existing manholes during construction activities, the contractor shall replace them at the contractor's expense, and no extra payment shall be made to the contractor. Al I City of Carlsbad sanitary sewer access covers shall be adjusted per CMWO Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD 0-10. For all non-City owned appurtenances, manholes, valve boxes, or other structures in the roadway or in conflict with the proposed improvements, the contractor shall coordinate with the proper agency contact. For Leucadia Wastewater District, contact Ian Riffel at (760) 753-0155 ext.3002. For Olivenhain Municipal Water District, contact Dan Bean at (760) 415-8548. For all non-City owned appurtenances, manholes, valve boxes, or other structures in the roadway or within the project limits, if the contractor and the owner of the non-City owned utilities mutually agree to contract with one another to adjust or replace the appurtenances, the contractor shall extend them the same bid prices as offered in this contract, with up to 10% markup only. Survey monument boxes shall be replaced and adjusted to grade per SORSD M-10. Riser rings or extensions shall not be used for the adjustment of City-owned appurtenances. Replacing and adjusting to grade all City-owned appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications, including traffic control and prevention from debris falling into structures. Other Agencies may adjust their own appurtenances or other Agencies may contract with a third party to raise their appurtenances. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete placed and compacted shall be at the unit price bid per ton. No additional payment shall be made for any tack coat, material transfer vehicle, compaction, traffic control, or other incidentals. Add the following section: 302-14 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-14.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of cold milling or saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade, if applicable, in conformance with section 301-1, grading and compaction of base material, if applicable, in conformance with section 301-2, application of grade SS-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. Damage to existing traffic loops caused by pavement repairs or grinding will require immediate replacement of the traffic loops unless video detection has been set up and the loops are unnecessary. If pavement fabric or petromat is encountered during any pavement repairs or grinding, the Contractor shall remove and dispose of it. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grinding). {'. 9+;' Revised 11/24/10 Contract No. 6001-18OL 111 of 120 302-14.3 AC Cold Milling and Disposal of Grindings. Cold Milling or grinding shall be in accordance with the provisions of Section 302-5.2 of the Standard Specifications for Public Works Construction, latest edition. The Contractor shall cold mill or diamond grind the existing AC to the width and depth as shown on the plans. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor's cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor's expense. Existing advance traffic signal loop detectors shall be replaced by the Contractor and paid for per the bid item Traffic Signal Detector Loops, even when video detection has been installed at the intersection. Contractor shall install Type E Loop Detector per Caltrans Revised Standard Plan RSP ES-5B. Contractor shall construct temporary AC ramps at the cold-milled edges which are perpendicular to the direction of travel. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. As shown on the plans, some cold milling may require tapering of milled thickness. If the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor's bid price for cold milling and no additional payment will be made therefore. Add the following section. 302-14.4 Crack Sealing. Not included in this project. Add the following section. 302-10.5 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. The Contractor shall provide Traffic Control for the Engineer to walk in the street and mark the limits of the repairs. The cost of the Traffic Control for the Engineer shall be included in the lump sum bid price for "Traffic Control." Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in the appropriate section, including but not limited to, cold milling, saw cutting, removing and disposing of existing asphalt concrete, removing and disposing of roots beneath the pavement, removing and disposing of aggregate base/subbase and basement soil as designated by the engineer, placement of aggregate base, asphalt concrete, compaction of subbase, aggregate base, and asphalt concrete, placement of tack coats and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. The bid prices for pavement repairs and cold milling shall include removing and disposing of pavement fabric or petromat when encountered. SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the ,, • .., Revised 11/24/10 Contract No. 6001-18OL 112 of 120 public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/s") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm(¼") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within 72 hours of pavement resurfacing. After one week, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed {'\ • .., Revised 11 /24/ 1 0 Contract No. 6001-18OL 113 of 120 therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. l'. • ., Revised 11/24/10 Contract No. 6001-18OL 114 of 120 Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re- painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. {"\ •+r Revised 11/24/10 Contract No. 6001-1 BOL 115 of 120 STANDARD CAST IRON MANHOLE FRAME & COVER -SEE DWG. NO. S4. PAVEMENT OR FINISH GRADE. MIN. SLOPE 1" PER FT. WIDTH SHALL E UAL INSIDE DIA OF PIPE. 12· ~~~g~~~~JJ~I :~.-~_" l9tp{3· 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). VARIABLE B SECTION A-A PLAN 8-8 REV. APPROVED DA TE 5' DIA. 3' DIA. ADJUST WITH . ..• CONCRETE RINGS AS ~\: REQUIRED TO MATCH GRADE. ,:,: MAX.=11", ; ... ~ .. MIN.=S", SECTION C C :-:" TOP=2-2 1/2" -:-.·." RINGS. B 4" MIN. NOTES: CAST IN PLACE CONCRETE FOR BASE SHALL BE TYPE 560-B-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET BEYOND MANHOLE. POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED. ROCK BASE SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH MANHOLES WITH NO JUNCTIONS. THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. EACH SHAFT AND RISER JOINT SHALL BE SEALED PER JOINT DETAIL ON DWG S-1A WITH BUTYL RUBBER SEALANT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT SPECIAL CARE SHALL BE USE IN FORMIN THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT, FINISHED WITH SMOOTH SURFACE, AND MAINTAIN 0.2' DROP. NOT TO SCALE CITY OF CARLSBAD • 12/11 STANDARD SEWER MANHOLE 14o:J2:;:,__..<!..:..-""--"!ZL-...LJl-'- CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE ITEM 2 3 4 5 6 7 8 9 11 LOCATON OF BO CORP. STOP. .. g" 4 ;1· . ., . . . . .., <ti ~ 12-----11 CC 90' ELL (SILVER SOLDERj ® NOTES: , ., .. 4 . .. ® 0 4 . . .,, l_3"AC T 11" 24" 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS 2. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. C X FIP 45· BEND (SIL VER SOLDER) =:::::: ::: : ::: ::::: :::::::::-t:;;;:::==:::..._~3~0~LJ1B."-'ZilllN~C_1.A~Nl,l!,OD&E WlTH ANODE LEAD WIRE PER STD. DWG. NO 25. DESCRIPTION SPEC DWG OUTLET ON PVC PRESURE PIPE W-8 OUTLET ON AC PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 OUTLET ON DUCTILE IRON PIPE W-9 2" COPPER SERVICE PIPE. TYPE 'K' SOFT . 2" ANGLE METER STOP 2 METER COMPANION FLANGE. BRASS NUTS AND BOLTS . 2 BRASS STREET ELL 30" DIAMETER X 8" THICK CONCRETE RING 12" GRAVITY SEWER PIPE SDR 35 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2" BLOW-OFF / MANUAL Al R RELEASE ASSEMBLIES STANDARD DWG. NO. W-6 A A_. 24" DIA. B PLAN B OR(D FINISH GRADE. AC PAVEMENT. ... B~ B 24" DIA. i I ,--® RISER SHALL NO ,--® REST ON BONNET I OF VALVE. (2" MIN. /. ~ CLEARANCE). ~ ' I I SECTION A-A SECTION B-B DOMESTIC WATER RECLAIMED WATER NOTES: t IN NON-ROAD AREAS PLACE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE DRAWING NO. 23 ). 2. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 ITEM 3. SEE DRAWING NO. 23 FOR GATE VALVE EXTENSION. 4. UPPER SIDE OF LID TO RECIEVE 2 COATS OF PAINT. SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). DESCRIPTION SPEC DWG VAL BOX & COVER WlTH NON-SKID C.I. COVER AND LIFT HOLE MARKED HWATERH. 2 3 4 5 6 REV. VAL BOX & COVER f'OR NORMALLY CLOSED VALVE. VAL. BOX & COVER MARKED RECYCLED WATER". 8" C900 PVC OR ASPHALT COATED WELL CASING. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY STANDARD DWG. NO W-13 #4 @ 6" oc I- X I- lYPE PIPE DIAMITER (D1) 85 up to 51" 86 54" to 60" 87 63" to 69" 88 72" to 81" 89 84" to 90" A _j PLAN X y 5' 4' 6' 4' 7' 4' 8' 4' 9' 4' z 5' 6' 7' 8' 9' See D-11A for #4 bars placed diagonally 3' { See M-3 for manhole frame and cover . )( CO C -~ NOTES step detail ----+-,c.......,_ ;.-, 1. See D-11A & D-118 for additional notes and details. 2. All joints shall be set in Class C mortar. 3. All precast components shall be reinforced with 1/4" diameter steel wound spirally on 4" centers. 4. Maintain 1-1 /2" clear spacing between reinforcing and concrete surface. 5. Concrete base shall be 560-C-3250. 6. Exposed edges of concrete shall be rounded with a 1/2" radius. 7. Manhole cover to be marked "Storm Drain". 8. Modifications to "y" dimension required if pipe (D2) exceeds 39". 9. If constructed adjacent to sidewalk, top of manhole to match sidewalk slope. Bend down 15" (typ) Rounded pipe ends see D-61 Elev shown on plans -t--,,ac:t:------..il"I SECTION A-A Revision Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kercheval 12 75 Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/06 STORM DRAIN CLEANOUT TYPE B Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 Cl) ... C: CO -(.) N > 4-#4 around pipe Slope floor 12: 1 towards outlet LEGEND ON PLANS = =@J= = RECOMt.lENDED BY 'THE SAN DIEGO REGIONAL STANDARDS COMt.llTTEE DRAWING NUMBER 7/Z6/ZOIZ D-10 I .. N I· 24" min . I ~l~v·· i,.. · I 2" min ~ ~C.I. t ,. hole RISER RING 5" min Slope surface of grout pad to drain away from cover, and to meet existing grade. pad PLAN-IN UNPAVED AREA Brick support all around on 2" sand base. NOTES 1. Cover and frame to be cast integrally with pipe box. 2. Monument base may be cast in place or precast. . co I') 3. Form and toper exposed upper 6" of cast-in-place base to a top diameter of 5". {Precost base shall be sand backfilled). P.C.C. ·., 6" ~Dia.{min) 560-C-3250 concrete lYPICAL MONUMENT SECTION IN PAVED AREA 4. Monument marker shall be a domed brass, 3" in diameter or as approved by agency. 5. Monument Location: a) Set on all centerline intersections unless actual location is modified by the Agency and shown in modified location on mop. When centerline intersection is impractical, offset 5' on centerline of major street, (see detail at right). If neither centerline con be occupied, two monuments will be set in line around the front on the perimeter of a 1 0' diameter circle, whose center is the point. b) Set on centerline at intervals not exceeding 1000' on straight runs. c) Set on centerline at points of curvature. d) Set on center at center points of cul-de-socs. e) Set on centerline when center point of cul-de-soc is offset from centerline. f) These standards may be modified at the discretion of the Agency in coses where strict compliance therewith results in more monuments than it considers necessary. The following technique for reducing the number of monuments will be routine. g) Substitution of one monument on the "Point of Intersection" for monuments at the "Beginning of Curve" and the "Ending of Curve" when the "Point of Intersection" falls within the pavement area. h) Deletion of any monument otherwise required by these standards when its position con be determined by turning one angle from a point on a straight line between two other monuments, providing such point is not more than 300' from the point on which the deleted monument would hove been placed. io Alteration location of monument. ne distances shown on final sub- division map if alternate location is used. LOCATION OF STREET SURVEY MONUMENT Revision B Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval Add Metric T. Stanton Reviewed T. Stanton Delete Metric D. Gerschoffer Note 4 Rev D. Gerschoffe 12 75 03/03 04/06 STREET SURVEY MONUMENT 05/12 02/14 Ch DRAWING NUMBER 7/i?6/i?OIZ M-10 120 of 120 VICINITYMAP flfOTJOSCAL£ IA COSTA AVENUE OVERLAY -SHEErS 2THRU 6 STRIPING-SHEETS 8THRU 12 ~EfkCtf~LJtr,"f l,RINEOS WAY OVERLAY -SHEET 7 STRIPING -SHEET 13 CONSTRUCTION PLANS FOR 2018 PAVEMENT OVERLAY PROJECT NO. 6001-18OL • CITY OF CARLSBAD CARLSBAD, CALIFORNIA CITY COUNCIL MATT HALL -MAYOR KEITH BLACKBURN· MAYOR PRO-TEM MARK PACKARD -COUNCIL MEMBER CORI SCHUMACHER· COUNCIL MEMBER MICHAEL SCHUMACHER· COUNCIL MEMBER KEVIN CRAWFORD CITY MANAGER ELAINE LUKEY PUBLIC 1-\-0RKS DIRECTOR TJECl,IRATJON OF RESPONS/BlE CHAAGE" "DECLARA TJON OF RESPONS/81£ CHAAGE" I HE1EBY DEl1AR£ IHAT 1 All 1Hl EJ«1IHHR OF lltHI' FDR SHEE1S 1-7 or 1HS PROECT. 1HA1 I lioi\£ DIERQSED ~ OWlf1E. ~ 11£ DE5IG'i' CF 1H£ PR0£CT AS reH£D IN 5£C1KW 0700 OF 1Hl aJ5rESS MO Plf(ff5S(lHS COO£. ~ !HAT Dl" ~ ts catSISTEJtT W1H 11£ CI.M£NT ST~ I H£REBYD£a.Mt. 1HATI NI 11£ £JDl£ER OF 11CRK Fat SHEDS 8-14 OF »IS PRO.EtT, JHAT I HA~ DOaSED R£SPCWS1Bt.E CHNlG£ (MR M f6IQf OF H Pf<O.ECT AS D£FINED N S£CTION 67W' OF H: BVSIH£SS AMJ PMJf£S9a,iS C(IE. NEJ THAT 1H£ ~ ts COHSIS1ENT •1H THE ctflR£NTSTA/ClMDS. SHEET INDEX SHEEr/lMAE Tm.ESHEET LA COSTAAI/EMEOl,ERLAY LA COSTA Al/EME O',ERIAY LA COiTA AIIEME O',ERIAY LA COSTA Al/EME O',ERL.AY LA COSTA AIIEME O',ERIAY \l1EJO CM11LLA, ~VA/IRA ORNE & PIRINEOS ~y O\.'ERIAY LA COSTAAIIEME STRfP#IG LA co.5TA AVEM.E STRIPING LA COOTA Al'ENUE STRIPfNG LA COSTA A\ENUE STRIPING LA Co.5TA AVEM.E STRIPfNG \l1EJO CM11LJ.A ~VARRAORIVE & PfRINEOS ~YSTR/PfNG S7Rl'WG DETAILS NOTE: CONTRACTOR SHALL LOCATE ALL EXISTING UTn.JTYVAL\IEBOXES, !INIHOLES, VAUL1S, SEIIER CI.EN«!UrS, STORM DRAJN GRATES IHI.ETSAND SIRl\lEY MOHUMENT BOXES AND SHEEr NUMBER 1 2 3 4 5 8 1 8 9 to 11 12 13 14 "AS BUILT" "'' --°"' RE'.1E'tED BY: PROTECT IN PL.ACE. I :,:::.se:::,:::0,:::a,:-----DATE [siml/ CITY OF CARlSBAD/1"'""1 t===t==t====================t::::::j:::::::::t::::::j::::::::jL.1...J. PUBUC WORKS DEP.-,RTWENT _ 14 2018 PAVEMENT OVERLAY . TTTLMUflh'1fa~'lfN,MAP tt::::::::::::jj::::::::::::::::::tt::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::tt::::::::::::jj::::::::::::::::::tt::::::::::::j~::::::::::::j::::F.1AP!'RO='°=aa=======.aa..,.iraii~FF'a':,,·=r,,•m~11,: t"-::::j:::::::::t::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::t::::::j::::::jt::::::j::::::j JRM!!fCll-?'&Jff./Cft~ PE42790 oo~s v~i -t--,...=,,_==~-=~~t==~;±II 6oot1Ts0L 1~s1ct1No.; RE"1SION DESCRIPllON j t /7 t // "AS BUILT" ""--"'"---0•1< REYlEWED BY· LNSPECTCR t-=.-=.-:;-=.-=.-::.t:.-=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=-i-=--=--=.t-=.-=.t-=.-=.i-=.-=-...--1 [TJ I CIJV~,.c~~~AD II '"~,.I 2018 PAVEMENT OVERLAY REv1SION DESCRIPTION LA COSTA AVENUE OVERLAY A ; ~ IL-,--oh----.------,;;--\------=-=-- ~~ LfE WlEO DET£CTDI M1TE'S: f. atl D£1ICU SlS1DI 9Wt. 8[ nm lM'TA« EDIE2 ta' ltl'ffll:NED D1W. IY0n' 11W1IC S'tS1DI' GFEtAJOIS HaAl.51'. 2. cal1JlAC1rlf SPW.I. NSTAU. \&O "1ttllCW fQ.AElfT NClilJllfG lll£O DElEt1Uf FWOCESS(II$. IClfl) arm:1tWOMJMS ~ .... Jt'HM(TcanEf'U,_, M.L --.NIO NICUMIY£QllflD(T. J. lll£O ~ ~ 9iflL 8£ ldMllD c»f H SlllNAI. IMST NW U511S A fMHIACrlMEII-N'PfKIEI) RISER (PELm •AS11f0 8ltAC' 9'ACJl£1 •JH Jf• RlEI' mMD QN IOI MCX 511£/T 1HC 9GJiML MST Alllil) AS g'l1JWj ON H PROECT PI..NIIS. 4. ALL L.Oa'SIIEPI.ACODTSM..1.11£ VMAllDJlC 1D HSIIJIW. CNJMET. 5. rt£comw:n:wt9'M.J.BlRESPCIIIS8.£R)COQIDIAJ[IWli HWMIACTUiDI.R£PIIIESEifTAJnf 1Vlll cw-snr ro fllllOaUM lif)E£ OCJ£CD ~"' M Q,4Y CF !iQIW. ~-l&f(U" «J[C1DI 5'MU. 1£ tDfliUl!D BY H IWU'ACJUIU R£PJEDl'TAl1\i£ JO H SUSFAClOI CF ff art ,,,._ 10 "LACl*-H DWFlC 9QIW. ff FW. CFEtAIDI. 15. 'IUO OElEC'IJClN S'1S'1DIS SHAU. IC lllSTAU.W MJ fW.Y Cff1tA"'°'4t. PftOf ID lH£ CQ.0-tilJ.llfC NilJ PA\oWG.._ .\ "AS BUILT" ROE__ E><P___ CA1': INSPECT~ CATE +-------,f----+-----------+----4---+----+---t[i' I/ CI;tlc <2!:"C~\i'~AD /l1D RE\o1SIOH DESCRIP110N 2018 PAVEMENT OVERLAY LA COSTA AVENUE OVERLAY A A \ \ i. lA COSTA AVfMJE lA COSTAAVEM/f J. I. iUO O£TC1IClll' SlSD 5HiW. IC l1E1IS VMTd" EDtE2 lW N'PRIMil COLW. tr OTY 1IWRC M7DI ...._. __ 2. c::Ql(ltAC1Qlt .9WJ. IIGTAU 1mro DE1tC1kJif £Cll.FIDT MltlN; GO OC1Et"lUrf ~ IEEtl arn:tn(W CAillOA$. fil(£:QrfE'Ti,t,8,-t"1fOll[TCDf'OJEJt IKJ N.1. ...,_ »c, AMXlMY~T. J C£O Ofl[C1IOW CMEt.i 5HlL BE MUIJlD CM ff 9GJiW. MST NW us,«; A MMU"AC11,Eh4f'f'IIIOIEI) eD(l'[UX) "AS!WOl!IUC"IIRAOll'.E7~ 7'4"1115EJfMXM1ED 0# JD/ MO(' Sllf<T ff9'1141, MSTMII) AS 9fOlfll CW It£ PIQECT A.MIS. '-AU.LOCf'S'1EPl.ACDO'T!iW.J.li£gJ'MfAJlDQ..C10 ffSJl;Mi.CWCT. 5. M" COiltAC'1QII' SHM.J.11£ ~ ro OXJIDNA.1[" In/ H MMU'ACJUIP 11£11!11£DTAN' 10 8£ C#-S11£ 1D ~ '9IQE tvEC1IOI CWEJtA5 OH ffCM.Y (SC 9IJiW. ~ liUIQ,l" C£1EC'11(W SfMU. BC CCN'D.WD rr 11£ AWU"ACJUD IIOlli£SEll'TA1M ro 1HC ~Mf'ACllCW (T lHE arr Ml(II TD~ H: IRAffiC' SllllW M F'LU CR1tA111:W. 4. IUD D£1tClDI MTDIS SHAU. 8£ IISTAU.£D NfJ FW.Y <JIERAICIU.L PRIOtJr 10 JI£ CXlD--Cu«. NID PAIN. MIIC. ·e1s1 .. f :-,._-------;~ ~ "AS BUILT" ""--,.,___ wrt 2018 PAVEMENT OVERLAY LA COSTA AVENUE OVERLAY i====+:==~======================1r===~===+:===;:==~P.==See========r.a.=eaa=arna.< r---+--+-----~--+---+--112.i~ PEW,O ~=~; RE\4SION DESCRIPTION 15:i"~~II 6001:;s& I~ NOl1d~30 NOISlfuH '"° ---'"" --,, • .. .L1Ifl8 sv .. _,._ .. .. Ill ¢ ,,..,. .. ,, (IN~JII Qi ..... MQl~,l1"1/r,/lt(UT111.JS1'J/l'TM6SIIJIS.lSMJ1.'.UUO~ ll ~'t¥MITJ'lilf'MfJS:IYMILH !IM:W1d ru. ~JJ0 H ¥J IQl.:J.-.&1.~ J"-ru. .iw.-1~ Dnt-'W'.nml 3« 4 CDIIRU(l::) ll TWHS ~ ~ 7C)--,lill,u 1WrfJ5 ¥J ,lrlJ .H IC)~ ,a,3.31:7 71lffJII IMD'JIIW Qi lLE-f() ll CU ~\l.uas:llli:Of aru:Nr,Mf H /UI ll\lNDOXJ O.! Ia;:JiG£Jll 111 TMS ¥:U.'.MltMlO JU '; S#'/7d~H,O~SY (,tf( ~ 'MOS .H .IJ DS )OWi H3I. NO CBl.lf'QII aa1 .ti. IOI UlCWll9~0Ml.SY. a:,Bil) ~ 9tJR/ddll-Bllll.:/fl.nM1 \I SINSll 111N 1S\ltf Mll!l5 :H. IIJ mun)IIIIJI 7a5 ~ IQl:JllJl'J OD i' 1......-m AJNTD# (1/f/l ,,_. 71'r (ltr lSUB\Ml'.) ~ ~ ~ M'.ILlJlJl1 O.»I ~ NCU:J3DttJ Q3l'»I !J#ltJIITJM 1/0ll,ll1f8 11/0M:nut! ~ 1W'1SIW 11"6 Mll.?MMIAIO' Z 1Sl'M:)JdSSfOtVG«) QS,lS :JWWtl. .U.0 J.&' 1'1flOJ (Bl,()IJd,/I( l#J axI3 i>\111WA s:atil.l 111 TM& IGlSlS" ~ 03l:II I :nLOHNOU.'3J3QOU,, ,. 3/W3/\VVJS<XJll'1 I "' ,Oi•.IJ'W,lS ~ ~ .... 8 " 8 ~ i V ~ A J I SCAl.£1"•50' .,..A LA~TAA~ -ill " ----I -I l -A ~ ~ i "AS BUILT" ---RCE--E>"--0'11: Rf:\IIEWED BY· INSPECTOR ~ I 'T' 11 CIJ!c ~.c~1:,.';.'>JAD lw 6,r11Dau_,.,, __ ., I.EGE1C r;; 2018 PAVEMENT OVERLAY LA C~TAAVENUE AIEIIOFZrl'IIJ.amtCIXDaJ.l#JAC OIMAY " iP VERLAY ----·---l:Et::-$..,,., .-~I 111'£\FR'e) ~~ ........ ....... 1=~±=11 PRO..ECT NO. II "'sio: ,.al R(',/ISIQN DESCRIPTION --=-6001-180L C ¼ 5&41£1"•50' LEFT "AS BUILT" RC£__ E><P.___ 0Al< RE't10IEDB'r': l-----l-+----------+-----l-+--+----11 "7 II C1J!c ~.c~..W,AD I '"14 RE'ASION DESCRIPTION ....... -- 2018 PAVEMENT OVERLAY VIEJO oonLLA. NAVARRA DRIVE & PIRINEOS WAY OVERLAY lllll'lll!1.lll 4• IN1[ I.NE I.IE P£R CAI.JR.MS «TAI. • ,. OOUIU 'rllLOlf' aHJl1I.M P£R CAl.aNIIS OCTAi. 22 4• IN'J[ IS/HT EDCi1E1.1E flOt CAI.JltAIG £1£TAL 119 ... DOt&£ l'llJ.Olr l£MN flOt CAI.JltMS O[TAI, 1f 4• OOtll£ lfUDIJ 11D •YLUT JUlill lAIC'"'1t CAI.Jll'MCSt:UAl J2 ,-IH1r CJWMlJZllfC llil£ PDf CAI.JIWIIS OFTAI. JI II" Ml£ OWIEJZN. LIi: PP CAL'IIW5 IJ£TM. • f" llff' N" I.ME l6E l'O CAIJltAIIS Of'TAI. JI e· INlE arl" LN11£ "'1EJfSEt'JICWUE P£R CA1.11tMCStuA1.-* IZ" IN1£ LIE _,1£ CXWfNJfTAt afDSSIIIU( P£R !lat 14 IZ° _,1£ IMT LIE (M1f111Df't.U11C) 1KI.MCPA'8DTLSOl)MIOMIIOI (HJM:J'I.ASllC) ~~l'AOBW1!.£mf.l~) -SO,-PAIOIHT WEXJ (MJaO'lA.51r) "km'-Q£Nr' PA\&IDff l.£GOI) (HJIOt.Anc) PA'tOEKT i1M11CM AS ,OC.-IU) (HJIOl.A$1IC) 4• 9fI m.r J:."6" • !J/1 O.C. (HJaOI.AS1IC) l"lff' N /1.) PAWJa'T NW1II (1'fJllliCPlASJI) 1)f£" IV (R) PAIODT .,,,_,. ~ Tlfl£ W /IAIOENT AMOI (HJltCftASlJC) TffW('t)PAIOIEJITAMlllf ~) "AS BUILT" ,a; __ E><P---OS1l 2018 PAVEMENT OVERLAY LA COSTA AVENUE t:==:t==::t===================t==:t==:!===t=:::l STRIPING t::::::j::::::.::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::~~::::::.t::::::.:t~::::::t:::~--1/2:'~ ... "" EfflS~I RE-1SION DESCRIPTION OU"'"' --I ... BY, =11 PRO.ECT NO, 11~•-41 = ~::i:= 6001-180L 510-t : .fJJJDJlllJgJU: -4• IHI£ I.ME /J/IE PER CAUIING Of"fAI. II 4• OCUI£ ltllLW C!Jfll7UilE" PER CAl.1RNIIS O['TAI. 12 4• .,1£ "'1Hr EIXEUE l'f1t CALIWIS tcTM. 1-,. ,. OCUI£ 'flil:W mlWf Pflf CAl.11t#C5 ll£TAt a 4• OCUI£ 'IULLM' 7IO all' UTT ,._ UIE l'fll CAl.ltMS COAi. J:i! I" 9fl£ QWIIIIE.IZIC LM" IU CAl.lltMS 0£7Al JI 1"•1£~l61E,OCALIIMINSO£TM.JM 11• IN1£ _-UM£ LIE PER C*.IIIMS JETM. JII ,. lff1[ at£ UIE llf'IER5[t10W /J/IE ,o CAI.JIWG !ETM. »I 1r 1H1£ tM lff1[CQlfJNJl'TAl.al0$SIIIUl"l"fJil9&T14 1r lff1[ IMTI.IE ~) "8IJlf I.N£' PAOOO' l.fl8D Mil) ,Mo, ('HIIO'LA$'1JC) ~ N8IJ" PA\BDT WIM) (1Pa«A.AS11C) ~PAtlEJIDITI.BilXI {HJlal.ASII:;) 111:D' QLII/(' PA'IOOT l£IECI ('KJlal.ASllCJ ,.A\OD1---ASNXAJm(N111111J"t.AS ,t"lfflE'SR'[PIS'.50'0.C.~J n,[ N (l) PAetDff ~ (NIIIOUSIC) n,[ N '"" PAeDl' ,..,. (HJMFl.ASJlcJ Tlff'WPA'8IIPITlllll(M~) n,f 11 (R) PAIDOT Mlllf1(I (1NJIOl.AS1IC) ,.. I J ~ ; \ SCA(£,· -50· .\ "AS BUILT" =--""·---0•1< ~ BY· IN_?ECTOR ~ >---+---<>----------+--+----+--+----<1T11ci!l~~Cl].~AD1m .. -c,-.-j REVISION CESCRIPTlON 2018 PAVEMENT OVERLAY LACOSTAAVENUE STRIPING ,.,. --4• .. 1£1.NEUEl"fRCAI.IJIMtSOCTM.II 4•t:JaaI '1£UOWCBl1EIIUEPfJlCAl.11UIIISLlfTM. 22 4• 9f1( RlfMT ElKiEUE P£R CAI..WWS OCTAL 21& 4•0QA!l£lllL£W~POlCAI.JRMISDCTAl.29 4• llOla£ lflLOlt' 11D •-rtUT 7111M I.NEPDI' CALJRAHS DCTM. J2 8'" NJE ~ LK Pat CAI.~ OC1AI. JI I" IHJE OWIMl.l2lllfG I.ME PO CAl.1RAHS 0£TAt lM I" NJra:E"t.Mlf'/.IIEPDCAl.111.WS"DfTAl. lP II" _,1£ Mr I.AIE MDl:SEt"1ICWW /JE P£R CALlltMS ~TAI. .JM It° N1f lM£ W,1£ O)WJIIOfllt ~ flOl SHa"f ,,, lz"H1E"UIITLIIE('HRIIQP[.ASne) ._-I.MIF"PAIODTUGDIIN6JIIIR<1tl (1IOIO'l.AS1IC) "SllliJW.NEJD"PAIIOIHTU'CEC) (HJIO'I..AS1lie) "S10"" PAIODT WOii (HJIIOUS1JC) "laD' QINf" PA~ UGEJil1 (HJIWCPI.Am:') f>AIOO'T MWCN: AS ~ED (IMlMf'USJIC) 4• NJr SW[~. 50' o.c (HJMR.As1Jc) nP£ fV {lJ PAIUEHT JIIIK1tl (HJWIPUSJIC) nF£ IV (R) PA'6UT MllOII' (HJIIOIUSlE) l"lf£ W PAIOOT MIRf1II (HJMllll..ASJIC) n,[ II (R) PAIOP'T II/IIKJ!tl (1'EMJ'I.ASJIC) I. _,_ 7 'I ~ J '1::; ,...__ ::; ~ ~-~ "AS BUILT" RC(__ ..,,, ---a.tt AE"'1EllED 8Y· INSPECT~ ~ t---+--,1----------+-+--+--+--tl lo' II C!Ilc ~ Cl,li¼,'iJAD lilr] ' 2018PA\IEMENTO\IERLAY I LA COSTA AVENUE STRIPING ~ I I I I 113!.*--1i ~ill"' ,_::fjff~l M DA1t N1Uil D,ti,'I[ N'IAL bVi 8Y:. ::.:a:::: PROJECT HO. ORA._.G HO RE'1SION DESCRIPTION,__ "'"'-.. 1=~±=11 8001-180L I~ 1ll!m!i./Jll1l9 4• _,JrlAIE IM£PEJt CM.IIWIS OCTAi. t 4" NJ[ LAIi( I.I€ PER CAtJR.WS arTAl U 4" DCXII£ lfli.OI' CD'lERIJE PfJf CAlJWG"DIT.111. Z2 4° lfflt ,_,,TEDm..11: ,0 CALIIMS £17AI. VI 4° DfX8£ lfli.OI' IEIWlf flf1f CAUltMS Df'TAl 2f 4"0Cl8£ lfli.OI' 1KI a&'fi.IFT JUWlAIE IIJt CALIIWfS arrA1. J2 fl" NJ{ L4II( t:lttJF' IMIUilC flfR C'AI.IIMS «TAI. JJI fl" lffl[ QWNl.0C lJE ,or CM IWG O£TM. JI ,,. .. 1£ OWMUlK I.IE"" CM.IJt#IIS DO"AI. ... I" N1£ arE I.ME I.IE PER CM.JIWIIS «TAI. .» II" HIE al" I.ME M1ERSEC1P I.IE PDt CAi.ltMS D£TAI. JM IZ°lffl[W. _,I£ CON~Tltl. Cl90SSWtUI' PEIi atEET M 12" lffl[taTLIE ~) 1a:£ I.Al«"' PAIOEfT LEtiPIJ MIJ ~ (IDlfQ1LAS1IIC) -..,rw_ NEM1" ,.80'Tl£mll (HllOW1IC) "S1DI'" PAIBIDIT 1£mG (HJIIOlAS'lJCJ "lem"o.t/lKP'A~jSIDIJ{HJaOll.U'IC) PA'8EtT ~ AS NICAD (HJIOILAS8C) 4• llff snlF£ ~-e YI QC. ('HMOI.ASIC) n,[N(l.)"1('8D1lltltu. (JHDIIDII..AS'a) TlP'ff'l{l!')/l'AlODT,,-,.~} Tlf£1tPA'8191TAM(Jtf (HJIIO'I.A.S1t'J nFE"W(fl)i"AIOIEWTMRm~) "AS BUILT" ""--<"'---om R£\ilOIED BY: fflP(CTOR ~ ~==::t==::t===================t==:!==j===t:::juf1I ctzt ~.c,£.!i'jAD I~ 2018 PAVEMENT OVERLAY RE.,,,SION DESCRIPTICN ,.,, ----... """ -- LA COSTA AVENUE STRIPING DN/d/~S :JnN31\\f \flSO:J \f1 ;\ YJ!/31\01N3W31\'t'd Bi/Jl --WU, ... NOU.dHOS-30 NOIS~ rTill lNl"1 .. dlO ,,..,. Onend lfTll ~ CIV8S1HVJ .!IO AJ.IJ~L-___j... _ _,___,__ _ _,_ ________ _,___.____, t,QJ.OldSNI 31¥0 ---·.,, --,,. .. J.1Ifl8 sv .. -""""'""'" .001: /11 7 (~ ._-lUOIJ'd(lt/) M ~ (.llS\"10IIIH) ltJtllW 1GUl"'9 Iii 3'U (~ M/811 JMJIQll',t (.-) N .MU (.xsn.QIIIH) _,.,, .LICJOtN ('T) N ldU (~:rol1'•-W1iMS1tN.t (~ Q:IIW:U,S'I !lfCIMWJ/OOl'ld (~ ~lNJIU\'ld.)IUD ,m)I. (~ CJim11JUO!t'd..«IL$. (~ CJm11lOUIN.UB#l'Ml5. (~) IIOWf OW' CJ0:m .UOOO',il .:,N"f ,M. (~:JWJJlll'lllffl.ll .. , J.JJIE IBd KlllllS'Stlfl0 ~ JlMI Hf lLHI .ll .,.. WJ.lCISIMfllK) GI NI ICICt:IJSlBLM JN7.JJE 3LM ., «WJJOSJMU.lr.llBtlNl:M't"llialtHl.i WIC Will SM'lll."IV:) GI -1 ~ llffl .2 il' llfilOSlfflllr.l BINl!IMZl'tJtlMOllM .a zr WJJO SlMlll'r.) DtJ ..-, .-v un.i.• Oil~ JVl)O .• fJl W.LJU $1Mlir., DI 1MD1 .tOTiil Jllh)O .t 8lZ WUIJ SJMU'IY.I &J M'11f)(D uetl 1LM .t ll Wil'JSWll'JW':)&1.-.wJa)..-nJl Ta'llO'.t' II WilJ SIWW'IY.I &I 3#ll ..-, ltHI .t IMJOSHVlll7t:l&INIJW"lllffl.t I .~ ~ ,,. lff7£ UII£ I.IE PfR CAI.JRANS LE'TAI. ' ,. IXlR£ 1£llOr' Cl1('1EU£ PER CAL 11WG arTAI. 22 4• IN'Jf IIOIT mtnN" PER Clil.1RNG «TAI. :rJII 4'1XJLRE'IW.0WIIDJJ,WPfRCAL1'tNCSOf'TAl.2' 4'DOLa£ 'lflL09' Tltl a!YIEFT 1Ullif !.NE flEJICALIRAHS IETAI. Jl I' _,1C OWNU2'C LfliC PER CAt.JIWISaETAt Jt t' IH1E Ol#NIJ2lltG IJrE P£lt Clll.11tM$ DETAI. S-r lff7£ E LMll[ l.fiE l'flf CAt.JIUMS £1fTAl. :JI r IHll mlI"LMIE"~ I.IE IV CAI.IIWCSOfTAt-* IY IN1£1.1E .. lE" C0#1WEKTAL OlfOSSN.K PfR SNIT 14 ,r ..-ir tMTIJII£ ~) '1IJcl" U#C'PAmP"fUa>ll l#J Nf/tOIII ~) "90W. NVil"PAIOEfTWBl1 (HJallJ'l.AS1E') "SltP"PAIOIE1WTI.BD6){N1IIO\ASII:) "J(£l1> au«" PAOOtT !.£WCI (HJMFtASJICJ PAeEHT ..__ AS JOCAJEZ) (HRll1CJ'lASICJ 4"1fffl'SW'l"~•111a.~(»IJMJ'I.AS1a:) 1'fP£ IV ft.I PAIOIDfT ltfllt(,-{lNEJIOlASnC') TIPEIV{R)M/8BT,_{1Hl1MPI.ASJIC) nfl£ 'If PAIOEJff ~ (HJKll'l.ASII:) n,r-.(R)PAIOIJITIIIIIIJ#~) . _ .NAVARRA DRIVE R£\IISlON DESCRFTION "AS BUILT" oa: __ ,,..___ "" RE\40ED 8Y: 2018 PAVEMEWTOVERLAY LA COSTA AVENUE OVERLAY STRIPfHG PINI GENERAi. NOTES 11£ conRACTOlt IS~ FOR NSTAU.AIQ aF AU. ~NI) S1llflllr«... Ml~ ~AAOPAIIIDTMAMMISSHAU. COlfna, 1D 11ECAL.IUN4MMIIW QfllllMFfAI TIW1IC o::wN. IFGS (lAET IOSICWJ, C*.JWIIS STAMMIIO SfCCIRCAIDS ll,t1£ST IOSIJf.1, ~PUNSMJffftOAI.PltOM5DIS. J. AU.SINM:MJSliFICIS.51.&(t'l"Rl H"M'fllJO\W.aFHaTYDOlfDl(IJlf/SIEWlDfTAJn(, Prml'10MTAU.A1Dl •-NIY mMJDf Raf HS£..._ Ml} S1'll"N, i'I.MIIS !H4U.1£ M'P"IIOEl If H DIGJ&1I' C¥ mlk' ~ TJ£ aTY EJr«NDt PAOt ro Nit OWC£ ,,, H FUD. .1 AU. .su.; NI) SlRFlr.:;!H411. B£ ~PERCM.1RAHSSP£CflCA111CWS.SJRflM!H4U.1£ R£PNN1£1) 110 11EPCS J£1ER .NJIAi PAll'M. !. Pl'llClt Jt, """'-ACa'PTANa r:T S1ltaT ~~ AU. S1JIEIT SDff'lrllG lltD ~ .,_ A50D"PfJilE1EJl'tFH'a:M1111C11r:1f ,'lltO,,D;l' R!.1£RES1'QJIE)JOA'\.llrN£.rCIJ07JCW,tlA MNMER IUlK H ~ rY Harr Mf'£Cm 7. !XACT L«AllW (TS.... MID snP I.MT t..:s 9W.L B£ """"""1IO trr IJ£ On' DaEDf Cllt lf/S ~AmE ,_,. 10 ICSTAUAJQt a comw:JQlt 9W1. IIEMM" AU. CQlf'LC1IC ,_u ura. IMIIINilS NI) PA'80T taDES Ir QIIICIM:. DEas 9W! « PIIOlf'Jlr llOrJIO rr H CIJl1RACD. t. AU. PAliODT L£GD05 SHALL IE ff t..4181 ilEJtSl1II aF H Cl.l.1"MS ll10IIC S1EJQ.S. 10. tMT !MES MIJ ~ !H4U. IC FED LOCUED. Ol0SSalUCS SHAU. fM\£ 10· lfl5IDE" tMJi6CN I.N£SS O»EnlSE SF'fOFE>. II AU. arJSSIMUCS, LMT Lira. sn,, 6WS, PAIDDT MrfOIS NI) f'A\Olf)j'T UliiEMJS 9W.1. IE 110lfCFl.ASJIC I.NOS OIOIISE ft'CffD. 12. F1fC IMIIWfr PAIGDT IWIIERS" 9Wl. a:N'Ollf n, 11£ CA11t11r1M M4M.W. C:W tN"QIW IIWl'JC l.l ~~~~1D~;-~~s::~~"'- CQHIHfflALCRg;51WKNQ1ES Ail MNiklD Clm.'5IIUS !HALL H,U£ o:MNWTAI. MIIIMl$' Ull£SS N'!l'WCMD OHJ!mE IIN9CEll QIIOSS1Ml,K LDCAIICW5 CXWS1SD1G aF ~ '"A.OS ,:W OJJO «a:IUN PAIW5 .9fAI.L BC PRfflCIED•JHALMTI.JECN.Y .I ~ MIEJIS£C7lrl:Ws SHAU If PRmall •JH A awwca, ~ AQIIOSS C1t01 W: lfDIE" ~ NE PEWmP 10 alOSS. 4. CXWJN)(TAI. OlfOSSMlK M.wrGNG:S SHAU IE AUQrC PMtAU.£1. TtlHO.:CJOlaFiEHla.l.M ,....,_ 5. tMT/.11£S9'4U. ll[l'IISTAWDA .....,rFfF£FT IIIADWIIIZaFM.-:mCIIIOSSIMLX5Flltlh£ N1'f'l!IOIOIL«sATAU.GtWJlftlllD0105::!N;:S. 6. .IWl((D OlOS5aU:S .5PQ.lD 1£ A....., OF ,oF£FT IN _,Di,l'I.ACEIIOT(YCCWJHHTAI. ~ SHAU. CXIA.Y 1W1ti ~ '8lt.lAJIICWS PER HMOS'TlfECDITIOSIOIWaF NIE1ICNtS lffli t.rsa/E ACT (NM) STNGVDS. 1. 11£~ 8E11EDt A WMRNIPc«IIIElfMCASIMURNIP~SHAU.i£ATL£ASTIO F£FT lllE" AMJ S.tU'Y 1£.-.U, rF 2 F£FT!l£lOI.I HFLW" ~,r, ff SNU ftMIP & COll1M11'TAI. ~ MRS SHo1U. 1£ (.M'aaf •n.i ff SM: 010:5SN:. NO PM1W. 1WtS .9MU. 11£ """""' f. AOlOSSaf.KBM9W.l.tEC9flEEllfHaJfUaFHClfOS5lllr;. 10. CffOSSIMi.K ~ SHAU. B£ ~ ~ Qflll ~ JJl!Affle CQlffll(l OOCES (Cl-Mlral) RCTRalER£C'1\fT'r 0::lfl.JNff MIIJ SQ> IEIS'TNlr. L~!' Of BARS DuAL RAMP CfRNCR '·,:___·, ......... I I I I I I ~ I I I I I ~-------: CPROPOSED I STRIPING I I I DETAIL: TYP/CAL STRJPINGATINTERSECTION NTS -ro11r• or Cl/RB -- _---.::::: ______ _ -- TYPICAL CQNrWENTAL CRQSSMIW( AW«1YGS N.T.S. --- 0 6:J 1t11t~ :·1 J O 6 O.C. TYP. ("'Jr) 4-· llf:/17f LANE Llfr.'f'47RANS DfTM 12) iii D ~ ,J;To•J ' . j o I• J" 0 I• 4-• 000Bt£ @QI' PAJN,. ~ (CAllBN§ DfTAj. 29) 111 m = D ., 0 ,t1$>1 0 ,. ( Iii di 0 D PfRMANfHT SlRfPtNG P£R CAL TRM'S SID. P(AN PfRIIANfHT PA'BICHT MARKERS PfR CN..TRANS STD. Pf.AN TDIPa?ARY PA'iOEHT MARKIRS PfR CN..JRJNS D D I D D I• k::;,~~I 1· 12· lt !Z' I ~-I D D WJg3/:., • • • ii II IU c:::m::JII ilCJIC]IJ ,a· I iZ' ·! .,.. I 1t I IB' w::::m:::::11 ilCJIC]IJ 2.-· D D 0 I 4-" ®0! TllQ WAY WT TIJRN I.M CCNTRANS DfTM. J2J N.T.S. PERMAHOIT THERMOPI....ASTIC PfR CAL.TRANS "AS BUILT" D D I D D o« __ OP.---O.TI: ~BY· ~, CITY OF CARLSBAD 11*"'1 t==jt==t=====================t===t==jt==~===!~-PUB.IC WORKS DEJ>AATMEN~ . 14 2018 PAVEMENT OVERLAY STRIPING DETAILS REVISION DESCRIPTION