Loading...
HomeMy WebLinkAboutTraffic Operations Inc; 1989-11-21; 3319I RELEASE AND SATISFACTION KNOW ALL MEN BY THESE PRESENTS: That for and in consideration of the sum of five thousand eight hundred ninety six dollars and 89 cents ($5,896.89) plus $100 interest receipt of which is hereby acknowledged, the undersigned, ("TCSI") TRAFFIC CONTROL SERVICE, INC./ AND TRAFFIC OPERATIONS, INC. do hereby acknowledge full satisfaction and payment of each and every relating to TCSI and Stop Notice attached as Exhibit "A" claim and/or demand of whatever kind or nature/that now exists or relatinq to 'I'CSI may hereafter accrue on behalf of the undersigned/against the CITY OF CARLSBAD and its agents and servants, or any other person or persons, firm, corporation, association, partnership or entity acting on its behalf, charged with responsibility for or liable directly, indirectly or vicariously for damages and injuries to the undersigned, alleged to have arisen or resulted from an incident, casualty or event which arose out of Project No. 3319 entitled "La Costa Avenue Striping" with the city of Carlsbad, and for which said damages the undersigned claims that said CITY OF CARLSBAD, its agents and servants, at said time and place, are legally liable in damages, which said legal liability and damages are disputed and denied. The undersigned do hereby release and discharge said CITY OF CARLSBAD its agents and servants, and any other person or persons, firm, corporation, association, partnership or entity acting on their behalf, of and from each and every claim and/or relatina to TCSI demand of whatsoever kind or nature;/arising or to arise in favor of the undersigned, including all claims for damage to property, attorney's fee, loss of earnings, loss of services, or special ORIGINAL 2 damage of any character, by reason of or growing out of the aforesaid incident, casualty or event. AS A FURTHER CONSIDERATION FOR THE MAKING OF SAID SETTLEMENT AND PAYMENT, IT IS EXPRESSLY AGREED THAT: 1. All claims, past, present or future, are disputed and this full and final settlement shall never be treated as an admission of liability or responsibility at any time or in any manner whatsoever on the part of the parties herein released. 2. This release is expressly intended to cover and relating to TCSI include all claims/and attorneys' fees, several or otherwise, past, present or future, which can or may ever be asserted by heirs, or otherwise, including all causes of action therefor, as the result of the aforesaid accident, casualty or event, or the effects or consequences thereof. 3. The undersigned understands and agrees that this is a full and final release and that this release covers and includes relating to TCSI all claims and attorneys' fees of every kind or nature,/ past, present or future, known or unknown, suspected or unsuspected, and all claims under Section 1542, Civil Code of California, are hereby expressly waived. provides: The undersigned understands said Section 1542 "A general release does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him must have materially affected his settlement with the debtor." 4. The undersigned will indemnify and save harmless said CITY OF CARLSBAD its agents, and servants, and any other person or persons, firm, corporation, association, partnership or entity 3 relating to TCSI acting on their behalf, of and from any and every claim/and/or demand of every kind or character, including all causes of action therefor, which can or may ever be asserted by reason of injury to the undersigned as the result of the aforesaid accident, casualty or event or as a result of this settlement. 5. The undersigned shall be considered to have agreed to all the terms of this release and that the above mentioned sums the entire and only consideration for this release. 6. This release shall bind and be binding upon the heirs, executors, administrators and assigns of the undersigned. FOR YOUR PROTECTION, CALIFORNIA LAW REQUIRES THE FOLLOWING TO APPEAR ON THIS FORM: It is unlawful to: a. Present or cause to be presented, false or fraudulent claim for the payment of a loss under a contract of insurance. b. Prepare, make or subscribe any writing, with intent to present or use the same or to allow it to be presented or used in support of any such claim. Every person who violates any provision of this section is punishable by imprisonment in state prison or by fine not exceeding one thousand dollars ($1,000) or both, The undersigned does hereby authorize and direct that payment of said sum of five thousand eight hundred ninety six dollars and eighty nine cents ($5,896.89) plus $100 interest be made by check or draft payable to the undersigned. I ·, 4 IN WITNESS WHEREOF, the undersigned odes hereunto set his hand and seal this q--f{,.._ day of ~~ , 1990. TRAFFIC OPERATIONS, INC. - STATE OF CALIFORNIA ) Los. JQ ~; tt-19~ ) : ss COUNTY OF s-AN--BHGO ) on this &\,~ day of ~ .___1990, before me, the undersigned notary public in a'i<~e above county and state, residing therein, duly co~issioned and sworn, personally appeared m, ~ N ~L,~b \ l',l (X) ~ ~ , personally known to me, or provided toe on the basis of satisfactory evidence, to be the same person who executed the within instrument as president (or secretary) or on behalf of 7:h &'1c 2 ~EMI\on)S } rJ c_., the corporation therein named and acknowledged to me that the corporation executed it. STA'l'E OP CALIFORNIA j 9-V('.lY\_yle,,, ) : s s COUNTY OF SAM~ ) on this qJI,.._ day of ~ , 1990, before me, the undersigned notary public in an fothe above county and state, r~i.ding thet~~•~µ]N commissioned and sworn, personally appeared :-}_~~ illlQ2]_LVlt,L,t-· , personally known to me, or provided to me n the basis of satisfactory evide_I}~lj, to be the same person who executed th==:i~ igs~t,,... asV,1p'r'esident ( or secretary) or on behalf of ..il.C!:~ CO:.!..QL.JtJ_ st('V (U .;rNC. the corporation therein named and acknowledged to me 1· at the corporation executed it. ·c1Tv OF CARLSBAd"?l'1 MUNICIPAL PROJECTS DEPARTMENT CONTRACT DOCUMENTS & PROJECT SPECIFICATIONS LA COSTA AVENUE STRIPING PROJECT # 3319 I I TABLE OF CONTENTS ? ITEM PAGE 1 4 8 9 11 12 NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND I 1 1 I 4 I b I t 4 I 1 I I 13 14 SUBMITTED WITH BID CONTRACT CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' 19 COMPENSATION RESPONSIBILITY CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION 19 REFORM AND CONTROL ACT OF 1986 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF 19 2c 22 AFFIRMATIVE ACTION PROGRAM LABOR AND MATERIALS BOND d PERFORMANCE BOND ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU 24 2; OF RETENTION RELEASE FOFW SPECIAL PROVISIONS 21 SUPPLEMENTARY GENERAL PROVISIONS SPECIAL PROVISIONS 4 SECTION 2 & 3, CONSTRUCTION MATERIALS & METHODS F /1 8 I I 1 4 I I I 1) 1 I I I 1 I I I CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS t Sealed bids will be received at the Office of the Purchasir Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unti 4:OO P.M. on the 9th day of August, 1989, at which time they wil be opened and read for performing the work as follows: I LA COSTA AVENUE STRIPING CONTRACT NO. 3319 The work shall be performed in strict conformity with tF specifications therefor as approved by the City Council of the Cit of Carlsbad on file with the Municipal Projects Department. TI specifications for the work shall consist of the latest edition < the Standard SDecifications - of Public Works Constructioi hereinafter designated as SSPWC, as issued by the Southern Chaptei of the American Public Works Association. Reference is hereby ma( to the specifications for full particulars and description of tl work. The City of Carlsbad encourages the participation of minority ai women-owned businesses. No bid will be received unless it is made on a proposal fo furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by law. T bidder's security of the second and third next lowest responsi bidders may be withheld until the Contract has been fully execute The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after t Contract is awarded. Pursuant to the provisions of law (Pub1 Contract Code Section 22300), appropriate securities may substituted for any obligation required by this notice or for a monies withheld by the City to ensure performance under tF Contract. If Contractor elects to use an escrow agent, Sectj 10263 of the Public Contract Code requires monies or securities deposited with State Treasurer or a state or federally chartei bank in California. The documents which must be completed, properly executed, i notarized axe: ' 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience P I 1. 4 1 I i 1 8 b 1 I s I 1 1 I All bids will be compared on the basis of the Engineer's Estimate The estimated quantities are approximate and serve solely as basis for the comparison of bids. The Engineer's Estimate j $43,124.42. No @id shall be accepted from a Contractor who has not bec licensed in accordance with the provisions of State law. TI Contractor shall state his or her license number and classificatic in the proposal. The following classifications are acceptable fc this contract: "A" or "C-108* in accordance with the provisions ( State law. The Contractor shall state ]his or her license numb( and classification in the proposal. If the Contractor intends to utilize the escrow agreement include in the contract documents in lieu of the usual 10% retention fri each payment, these documents must be completed and submitted wit the signed contract. The escrow agreement may not be substitutf at a later date. Sets of plans, special provisions, and Contract documents may 1 obtained at the Purchasing Department, City Hall, 1200 Elm Avenl Carlsbad, California, for a non-refundable fee of $10.00 per se' The City of Carlsbad reserves the right to reject any or all bic and to waive any minor irregularity or informality in such bids The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determin by the Director of Industrial Relations pursuant to the Sectio 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad Ci Clerk. The Contractor to whom the Contract is awarded shall n pay less than the said specified prevailing rates of wages to a workers employed by him or her in the execution of the Contract The Prime Contractor shall be responsible to insure compliance wi provisions of Section 1777.5 of the California Labor Code a Section 4100 et seq. of the Public Contracts Code, l'Subletting a Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the California Labor Co commencing with Section 1720 shall apply to the Contract for wor A prebid meeting and tour of the project site will not be held. Bidders are advised to verify the issuance of all addenda a receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause of rejection of bi It 1 r 1 1 1 I t 1 II b 8 I I 8 I 1 I I Bonds to secure faithful performance of the work and payment 0 laborers and materials suppliers each in an amount equal to on hundred percent (100%) and fifty percent (50%) , respectively, o the Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as specific in the contract. Any additional cost of said insurance shall b included in the bid price. Approved by the City Council of the City of Carlsbad, California by Resolution No. 89-150, adopted on the 16th day of May, 1989, t 1 * nz', 'ki@ 'Clerk r I 1 I t I I 1 b t I I I I II I t CITY OF CARLSBAD CONTRACT NO. 3319 1 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbadi California 92008 The undersigned declares he/she has carefully examined the locati of the work, read the Notice Inviting Bids, examined the Plans a Specifications, and hereby proposes to furnish all labo materials, equipment, transportation, and services required to all the work to complete Contract No. in accordance with t Plans and Specifications of the City of Carlsbad, and the Speci Provisions and that he/she will take in full payment therefor t following unit prices for each item complete, to wit: Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - Tot 1. 6 inch white stripe (Det. 39) at dollars per linear foot stripe (Det. 39A) at dollars per linear foot $0.09 $1448, NINE CENTS PER LF 16,090 LF - 2. 6 inch dashed white m SEVEN CENTS PEK LF $0.07 $13.41 192 LF - 3. DBL DBL median stripe (Det. 28 & 30) at NINETY NINE CENTS PER LF $0.99 $7524 7,600 LF - dollars per linear foot t P 4 w I 1 1 I I, 1 I N 1 1 1 I I Item Description with Approximate Unit Price or Lump Sum Quantity Unit Price Written in Words and Unit Price Tota t Item No. 4. 8 inch white stripe (Det. 38) at TWENTY SEVEN CENTS PER LF $0.27 $94.50 350 LF I dollars per linear foot 5. DBL yellow stripe (Det 21 + 23) at dollars per linear foot NLNETY NINE CENTS PER LF $0.99 $527.67 533 LF 6. Bike lane legend and arrow at TWENTY FIVE DOLLARS EACH $25 .OO $100 .oo dollars each 4 EA 7. Pavement arrow at TEN DOLLARS EACH $10 .oo $130 .OO 13 EA dollars each 8. Sandblast striping at ONE DOLLAR AND FIFTY CENTS PER LF 2,875 LF dollars per linear foot $1 -50 $4312.5( 9. Traffic Control at NINE HUNDRED FIFTY DOLLARS LUMP SUM dollars lump sum $950 .OO LS - FIFTEEN THOUSAND, ONE HUNDRED DOLJ Total amount of bid in words: AND TWENTY ONE CENTS. Total amount of bid in numbers: Addendum (a) No (s) . NONE has/have been receivc and is/are included in this proposal. $15y100-21---- A dp,,. .* /Y- '*/ 9 &Yi" )ifl prfJ @/<*':',,&? //- I &' p&J -J & ,/& A?4 P I 1 8 I 1 I 1 All bids are to be computed on the basis of the given estimate quantities of work, as indicated in this proposal, times the uni price as submitted by the bidder. In case of a discrepancy betwee words and figures, the words shall prevail. In case of an err0 in the extension of a unit price, the corrected extension shall b calculated and the bids will be computed as indicated above an compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or correction may be crossed out and typed or written in with ink and must k initialed in ink by a person authorized to sign for the Contractor The Undersigned has checked carefully all of the above figures an understands that the City will not be responsible for any error c omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing th required Contract with necessary bonds and insurance policie within twenty (20) days from the date of Award of Contract by Cit Council of the City of Carlsbad, the proceeds of check or bon accompanying this bids shall become the property of the City c Carlsbad. Licensed in accordance with the Statutes of the State of Californi providing for the registration of Contractors, License No. 376852 Classification (s) C-32 The Undersigned bidder hereby represents as follows: t e b 1. That no Council member, officer agent, or employee c the City of Carlsbad is personally interested, direct1 or indirectly, in this Contract, or the compensation t ' be paid hereunder: that no representation, oral or i writing, of the City Council, its officers, agents, c employees has inducted him/her to enter into thi Contract, excepting only those contained in this form c Contract and the papers made a part hereof by its terms and That this bid is made without connection with any persor firm, or corporation making a bid for the same work, ar is in all respects fair and without collusion or fraud I I I I I U I I 2. BID BOND Accompanying this proposal is (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 tk California Labor Code which requires every employer to be insure against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that code, ar agrees to comply with such provisi'ons before commencing tk performance of the work of this Contract. P I 1 I 1 I I I i 1. B I The Undersigned is aware of the provisions of the State o California Labor Code, Part 7, Chapter 1, Article 2, relative t the general prevailing rate of wages for each craft or type c worker needed to execute the Contract and agrees to comply wit its provisions. t (714) 865-2935 TRAFFIC OPERATIONSy INC. - Phone Number Bidder's Name AUGUST 7, 1989 Date Date Authorized S ignaTuse MICHAEL A. IZZI JR - VICE, PliESIDC 716 TORY WAY PIIMONA. CA 91767 CORPORATION Bidder's Address Type of Organization (Individual, Corporation, or List below names of President, Secretary, Treasurer, and Manage] if a corporation; and names of all partners, if a partnership: Partnership) MAX K. CRIDER-PRESIDENT MICHAEL A. IZZI JR-VICE PRESIDENT M. RANDOLPH PNMAN-CHIEF EXECUTIVE OFFICER b (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST I ATTACHED) (CORPORATE SEAL) --- ----I- COUNTY OF LOS ANGELES On this 9TH dayof NOVEMBER before me, the undersigned, a Notary Public In and for said State MICHAEL A. IZZI JR and I P' (01 proved to me on the basis of satisfactory evidence) to be the Per: within instrument as VICE -President and ~ WITNESS my hand an I" *=I 9- I I I I 1 I I I n .i I I, I(' 1 I BIDDER'S BOND TO ACCOMPANY PROPOSAL BID BOND NmB KNOW ALL PERSONS BY THESE PRESENTS: That we, TRAFFIC OPERATIONS, INC. ,a Principal, and INDEMNITY COMPANY OF CALIFORNIA , as Surety ar held and firmly bound unto the City of Carlsbad, California, in a amount as follows:. (must be at least ten percent (10%) of the bi amount) for which payment will and truly made, we bind ourselves, oc heirs, executors and administrators, successors or assigns, joint1 and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if tl proposal of the above-bounden principal for: i LA COSTA AVENUE STRIPING CONTRACT NO. 3319 in the City of Carlsbad, is accepted by the City Council of sa. City, and if the above bounden Principal shall duly enter into ai execute a Contract including required bonds and insurance politic within ten (10) days from the date of Award of Contract by the Cia Council of the City of Carlsbad, being duly notified of said awari then this obligation shall become null and void; otherwise, shall be and remain in full force and effect, and the amou specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Principal sha not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this r day of AUGUST , BE&%SX 1989. L I 1 a Corporate Seal (if Corporation) TRAFFIC OPERATIONS, IMG. Principal I - -- -* 3NDEMNITY COMPANY OF CALIFORNIA /A *. *. p"P d Sure;ty k jJLd;Gi& I y+g/\/L I /*,/--- c / ) /& Ly 4 L. c. FIMIGER ATTORNEY-IR-FACT 7-c G BY * Title MICHAEL A. IZZI JR-VICE P SJDEN'I (NOTARIAL ACKNOWLEDGEMEm 01 (ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALI AND SURETY MUST BE ATTACHE1 ATTORNEY IN FACT) * (CORPORATE SEAL) m 1. I ----.--- -1____1__1___2______1_--.- __I__- -=_ - _~___n_----_;I____^I__--- ---__I-- --------- 5% }S LOS ANGELES On this 9TH day of NOVEMBER , in the before me, the undersigned, a Notary Public in and for said State, persor =A- and , personall! (or proved to me on the basis of satisfactory evidence) to be the persons wh within instrument as respectively, of the Corporation therein named, and acknowledged to me that 1 executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and VICE - President and I CORPORATION } ss. STATE OF CAlLlFORNlA On ATKITST 4: 1989 COUYTY OF .m BERNARDINO , before me, the undersigned. a Notary Public in and for said SU cl h d in-Fact on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to me that the corporation executed it. ICC 304 (REV. 2/85) c t A? u11 PWbLn WE- mi IW~BWPLU wr P.O. BOX 3343, ANAHEIM, CALIF. 92803 * (714) 999-1471 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31sl day ot December, 1989. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney is .for bid bonds and bid undertakings only. 5. This Power of Attorney should not be returned to the Al7orney(s)-liI-Fact, but should remain a permanent part of the obligee's records. m @ KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNlTY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE 1 Lz3 L. C. FIEBIGER % the true and lawful Attorney(s)-In-Fact, tb make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bid bonds and bi @ amount not exceeding $75,000 in any single undertaking; giving and granting unto said Attorney(s)-In-Fact full power and authority to do and to perform every act n( c- proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporationsfull power of substitution and revocatior g said Attorney(s)-In-Fact, pursuant to these presents, are hereby ratified and confirmed. m The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: z severally, but not jointly, hereby make, constitute and appoint - Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on finani bonds, insurance company qualifying bonds, self-insurer's bonds, fidelity bonds or bail bonds. This Powerof Attorneyisgrantedand issigned byfacsimile under and by authorit yoi the following resolutionsadopted bythe respectiveBoardsof Directorsof INC 3 OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24, 1986: a RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execu' G=CJ qualifying theattorney(s) named in the Powersof Attorney toexecute, on behalf of thecorporation, bonds, undertakings and contractsof suretyship; and thattheS @J tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of suchofficers may beaffixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and an g neyor certificate bearing such facsimile signaturesshall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undi a suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS lWSURANCE COMPANY have severally caused these presents to be s @ tive Presidents and attested by their respective Secretaries this 13th day of January, 1989. Q z INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY Q z a m By a BY : Gerald A. Sauvageau, gsident A Ca%POR4r o (f=J ATTEST hgL Gerald A. Sauvageau, President 00 q/L.u/ *,4c,F0u*\3? %EST k BY a BY $ -y$&/ Harry C. rowell, Secretary HarrVC. Crowell, Secretary E3 cg a >STATE OF CALIFORNIA ) COUNTY OF ORANGE ) ) ss. On January 13, 1989, before me, the undersigned, a Notary Public in and for said State, personally appeared Gerald A. Sauvageau and Harry C. Crowc me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary on behalf of lndemnit and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporatio WITNESS my hand and official seal. Signature &y- fi &- IVotary Public CERTIFICATE The undersigned, as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, doe foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respec of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Anaheim, California, this 6TH day of s-, 1989. EMNlTY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY A~PGORPOR.?p 0 0 Jy.-T4 / BY L.C. Fiebiger -4f?.T& .* BY L.C. Fiebiger y ' Vice President %,5 ,F,u.'*,\t" Vice President IBB-2 REV. 12/88 I b u I I I 8 I I. I I I 8 1 I ? I 1 DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the sub-bids of th following listed Contractors in making up his/her bid and that th sub-contractors listed will be used for the work for which the bid, subject to the approval of the City Engineer, and i accordance with applicable provisions of the specifications an Section 4140 et seq. of the Public Contracts Code - vtSublettin and Subcontracting Fair Practices Act." No changes may be made i these subcontractors except upon the prior approval of the Cit Engineer of the City of Carlsbad. The following information i required for each sub-contractor. Additional pages can be attache if required: Items of Full Company Complete Address Phone No. Work Name with Zip Code with Area Cod€ b 1 I I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbid of all the listed subcontractors as part of the sealed bi submission. Additional pages can be attached, if required. r Type of State Carlsbad Amount Contracting Business of Full Cbmpamy Name License & No. License No.* Bid ($ or %I I I I I 1 I I 1 @ 't, I I I I * c- I- b * Licenses are renewable annually. If no valid license, indica f'NONE.vt Valid license must be obtained prior to submission signed Contracts. 1 TMFFIC OPERATIONS, INC. Bidder's Company Name 216 TOBY WAY POMONA, CA 91767 a (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) Bidder's Complete Address j (CORPORATE SEAL) 6 MICWL A. IZZI JR - VICE PRESIDE'riT . -*--- pppp -----"______.__I __i -_-, _1__-_.II_=-p__g_________l ----.- __i }ss. COUNTY OF LOS ANGELES , in the On this 9TH day of NOVEKBER before me, the undersigned, a Notary Public in and for said State, person MICHAEL A. IZZI JR and , personally (or proved to me on the basis of satisfactory evidence) to be the persons whc within instrument as VICE-President and respectively, of the Corp executed it pursuant to WITNESS my hand and & Sec -Wolcatts Form 222CA-Rev 11.83 - 1 (1 I- I- 1 I I I 1 II 1 I I I I I 8, .. BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemelrl of his/her financial responsibility. t C 1 MICHAEL A. IZZI JK - TIC3 PREZ (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) 1) (CORPORATE SEAL) D -_i_ I __m-_n=i___lIE__---mll^~g____l_______l_=_L1___-*I-yy -____l__g__i___lm-t.----- -~~~-~ }ss. COUNTY OF LOS ANGELES , in the On this 9TH day of before me, the undersigned, a Notary Public in and for said State, persor NOVEMBER and MICHAEL A. IZZI JR , personall) (or proved to me on the basis of satisfactory evidence) to be the persons wh within instrument as vTCF;President and respectively, of the Corporation therein named, and acknowledged to me that ' executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and o ,.;-4~->pTT<*~cv .... r rp -Pres & Sec -WoIcoiIs Form 222CA-Rev 11-83 I I- *- . a TRAFFIC OPERATION, INC. FINANCIAL STATEMENTS December 31, 1988 0 0 1- TRAFFIC OPERATIONS, INC. 0 FINANCIAL STATEMENTS December 31, 1988 CONTENTS ACCOUNTANTS' REPORT ........................................... FINANCIAL STATEMENTS: BALANCE SWEET ............................................... STATEMENT OF INCOME AND RETAINED EARNINGS ................... 0 0 I MA;OVICH, RINGLE & COMPANY AN ACCOU NTANCY CORPORATION AMERICAN INSTITUTE OF CERTIFIED PUBLIC P CALIFORNIA SOCIETY OF CERTIFIED PUBLIC P MEMBERS e Board of Directors Traffic Operations, Inc. Pomona, California Board of Directors: We have compiled the accompanying balance sheet of Tr Operations, Inc. (an S corporation) as of December 31, 19€ the related statement of income and retained earnings for tk month then ended, in accordance with standards established 3: American Institute of Certified Public Accountants. A compilation is limited to presenting in the form of fin' statements information that is the representation of managc We have not audited or reviewed the accompanying fin4 statements and, accordingly, do not express an opinion t other form of assurance on them. Management has elected to omit substantially all of disclosures required by generally accepted accounting princ If the omitted disclosures were included in the fin statements, they might influence the user's conclusions abo company's financial position, results of operations, and c in financial position. Accordingly, these financial stat are not designed for those who are not informed about matters. 0 Ljg7LfwG-wy-p July 19, 1989 0 1901 NORTH BROADWAY SANTA ANA CALIFORNIA92706 714/972-1100 1. TRAFFIC OPERATIONS, INC. BALANCE SHEET DECEMBER 31, 1988 0 ASSETS CURRENT ASSETS: Cash $ 34,062 Accounts receivable 217 , 559 Inventory 15,600 Officer advances 68,700 . Total current assets 343 l 252 Unbilled Work-in-process 7,331 Property and equipment: Truck & auto 110,811 Office furniture & fixtures 51 , 856 Equipment & tools 176 , 916 Leasehold improvements 2 , 511 342 , 094 Less: accumulated depreciation (167,376) 0 174 I 718 Deposits 13,260 $ 531,230 --------- TOTAL ASSETS See accountants'compilation report. 0 -2- TRAFFIC OPERATIONS, INC. BALANCE SHEET 0 DECEMBER 31, 1988 LIABILITIES AND STOCKHOLDERS‘ EQUITY Current liabilities: Accounts payable - trade $ 74,491 Accrued expenses - Insurance 98 , 19 Current portion - long term debt 36,48 Income taxes 1,60 Total current liabilities 210 , 77 Long-term contracts, notes, and capitalized leases 243 , 09 Total liabilities 453 , 86 Stockholders’ equity: 0 Common stock, no par value, 2000 shares issued and Retained earnings 75,36 Total stockholders‘ equity 77,36 outstanding 2,OO TOTAL LIABILITIES AND STOCKHOLDERS’ EQUITY $ 531,23 -------- See accountants’ compilation report. -3- 0 <. TRAFFIC OPERATIONS, INC. STATEMENT OF INCOME AND RETAINED EARNINGS For the Twelve Month Period Ended December 31, 1988 e Sales $ 113,060 Cost of sales 77,536 Gross margin 35,524 Selling, general, and administrative expenses: Salaries 21,008 . Interest 346 Depreciation 5 , 084 Other expenses 11,664 Total selling, general and 0 administrative expenses 38,102 Net loss (2,578 Retained earnings beginning Accumulated Adjustment Account -0- 77 , 943 Retained earnings ending $ 75 , 365 ----------- See accountants’ compilation report. 0 -4- MATOVICH, RINGLE & COMPANY AN ACCOUNTANCY CORPORATION 1901 NORTH BROADWAY e SANTA ANA, CALIFORNIA 92706 BOARD OF DIRECTORS TRAFFIC OPERATIONS, INC. WE HAVE COMPILED THE ACCOMPANYING BALANCE SHEET OF TRAFFIC OPERATIONS, INC. AS OF NOVEMBER 30, 1988 AND THE RELATED STAT1 OF INCOME FOR THE EIGHT MONTHS THEN ENDED, IN ACCORDANCE WITH ESTABLISHED BY THE AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACC( A COMPILATION IS LIMITED TO PRESENTING IN THE FORM OF FINANCI, STATEMENTS INFORMATION THAT IS THE REPRESENTATION OF MANAGEME WE HAVE NOT AUDITED OR REVIEWED THE ACCOMPANYING FINANCIAL STATEMENTS AND, ACCORDINGLY, DO NOT EXPRESS AN OPINION OR ANY OTHER FORM OF ASSURANCE ON THEM. MANAGEMENT HAS ELECTED TO OMIT SUBSTANTIALLY ALL OF THE DISCL REQUIRED BY GENERALLY ACCEPTED ACCOUNTING PRINCIPLES. IF THE DISCLOSURES WERE INCLUDED IN THE FINANCIAL STATEMENTS, THEY M INFLUENCE THE USER'S CONCLUSIONS ABOUT THE COMPANY'S FINANCIA POSITION, RESULTS OF OPERATIONS, AND CHANGES IN FINANCIAL POS ACCORDINGLY, THESE FINANCIAL STATEMENTS ARE NOT DESIGNED FOR WHO ARE NOT INFORMED ABOUT SUCH MATTERS. A@%?fw% 0 APRIL 27, 1989 m TRAFFIC OPERATIONS, INC. BALANCE SHEET 0 NOVEMBER 30, 1988 ASSETS CURRENT ASSETS: CASH-FIRST AMERICAN-GENERAL 2 , 687 CASH - SECURITY PACIFIC 23,386 ACCOUNTS RECEIVABLE 227 , 381 UNBILLED RECEIVABLES 7,331 INVENTORY 15 , 600 ADVANCES TO OFFICERS 69,355 FRANCHISE TAX DEPOSITS 2 , 475 8,785 PAYROLL TAX REFUND -------------- TOTAL CURRENT ASSETS $ 356,999 PROPERTY & EQUIPMENT: TRUCK & AUTO 110,811 OFFICE FURNITURE & FIXTURES 51 , 856 TOOLS & EQUIPMENT 168 , 346 LEASEHOLD IMPROVEMENTS 2 , 331 LESS ACCUMULATED DEPR. (162 , 292) -------------- TOTAL PROPERTY & EQUIPMENT 171,052 OTHER ASSETS: DEPOSITS 2 , 000 -------------- TOTAL OTHER ASSETS 2 , 000 -------------- e $ ---- _--- TOTAL ASSETS SEE ACCOUNTANTS’ COMPILATION REPORT a TRAFFIC OPERATIONS, INC. BALANCE SHEET NOVEMBER 30, 1988 a LIABILITIES & STOCKHOLDERS' EQUITY CURRENT LIABILITIES : ACCOUNTS PAYABLE 71,867 INSURANCE PAYABLE 98 , 192 DEFERRED TAXES 1,603 CURRENT PORTION-L/T DEBT 36,487 -------------- TOTAL CURRENT LIABILITIES $ 208,149 LONG-TERM LIABILITIES : LOANS PAYABLE-GLEN A ROGERS 2,500 LOANS PAYABLE-ELIZABETH REGAN 12 , 817 LOANS FROM STOCKHOLDERS 21,950 LOANS PAYABLE-FORD 1 467 LOANS PAYABLE-FIRST AMERICAN 1,369 LOANS PAYABLE-THE ASSOCIATE 6,570 LOANS PAYABLE-FIRST AMERICAN 2 2 , 283 LOANS PAYABLE-ENGINE & EQPMNT. 1,627 LOANS PAYABLE-CENTENN. LEASING 54,998 LOANS PAYABLE AVCO 12 , 044 LOANS PAYABLE-CA. THRIFT. & LN. 13,171 LOANS PAYABLE-COMP. HARDWARE 33 , 748 LOAN - FIRST AMERICAN 103 , 394 LOAN - UNIVERSITY COPY SYS 3 , 021 LOAN - CONCORD COMMERCIAL 617 LESS CURRENT PORTION (36,487) LOANS PAYABLE-FORD 2 3,934 LOAN - MICHAEL R. WHITE 3 , 937 e -------------- TOTAL LONG-TERM LIABILITIES 241,959 STOCKHOLDERSP EQUITY: COMMON STOCK 2 , 000 RETAINED EARNINGS 122 , 720 NET INCOME (LOSS) (44,777) -------------- TOTAL STOCKHOLDERS' EQUITY 79 , 943 -------------- $ ---- _--- TOTAL LIAB. & STOCKHOLDERS' EQUITY SEE ACCOUNTANTS' COMPILATION REPORT a TRAFFIC OPERATIONS, INC. INCOME STATEMENT TWELVE MONTH PERIOD ENDED NOVEMBER 30, 1988 YEAR TO DATE a INCOME : SALES $ 1,341,471 1( RETURNS & ALLOWANCES (3,091) 1 -- ------------ 1,338,380 1( -. ------------ TOTAL INCOME COST OF GOODS SOLD: BIDS, PERMITS & PLAN 3 , 513 CONTRACT SERVICES 9 , 500 EQUIPMENT RENTAL 9 , 115 GAS-FUEL-OIL 61,633 LICENSES & FEES 7 , 981 289,220 MATERIALS & SUPPLIES 2 , 209 MEALS & LODGING SMALL TOOLS 1,527 GROUP INSURANCE-FIELD 8 , 637 PAYROLL TAX EXPENSE 47 , 053 29 , 878 REPAIRS-EQUIPMENT 25,727 TRUCK EXPENSE DEPRECIATION 54 , 727 INSURANCE-W/C & GEN. 45 , 092 446,290 WAGES WORK-IN-PROC. (EST.) 9 , 569 - ------------ TOTAL COST OF 1,051,670 286 , 710 - ----------- 0 GOODS SOLD - ------------ GROSS MARGIN 330,494 (43,784) - ------------ GENERAL ADMIN. & EXPENSES INCOME (LOSS) FROM OPERATIONS OTHER INCOME: - ------------ 32 32 - ------------ INTEREST INCOME TOTAL OTHER INCOME INCOME (LOSS) BEFORE TAXES CALIFORNIA FRANCHISE TAX - ------------ (43,752) - ------------ 1,025 - ------------ - (44 , 777) - $ -____--____- __-__-___--- NET INCOME (LOSS) * SEE ACCOUNTANTS’ COMPILATION REPORT L TRAFFIC OPERATIONS, INC. SCHEDULE OF GENERAL & ADMINISTRATIVE EXPENSES TWELVE MONTH PERIOD ENDED NOVEMBER 30, 1988 0 CURRENT PERIOD IS DEFINED AS OCTOBER 1, 1987 THRU NOVEMBER 30, YEAR TO DATE GENERAL & ADMINISTRATIVE EXPENSES: 1,273 1,268 BANK CHARGES BOOKKEEPING SERVICE 5,982 CONTRIBUTIONS 1,135 DEPRECIATION 9,036 EDUCATIONAL EXPENSES 335 GROUP INSURANCE-OFFICE 5,536 FINES & PENALTIES 16 , 584 INSURANCE - GENERAL 43 , 132 INSURANCE - W/C 13,031 " LEGAL & PROFESSIONAL 11,518 OFFICE SALARIES 74 , 972 OFFICE SUPPLIES & EXP. 13 , 297 PAYROLL TAX EXPENSE 8,520 RENT EXPENSE 20,800 REPAIRS & MA1NT.-EQMT. 2,464 NONDEDUCTIBLE LIFE INS. 6,726 REPAIRS & MA1NT.-OFFICE & SHOP 2,030 SUBSCRIPTIONS 3,543 TAXES-OTHER 339 TELEPHONE 11,188 TRAVEL & ENTERTAINMENT 11,520 TRUCK & AUTO EXPENSE 8,609 UTILITIES 2,723 330,494 ADVERTISING $ INTEREST EXPENSE 54,933 0 ------------ - -. - $ ------------ -____------- TOTAL G & A EXPENSES SEE ACCOUNTANTS' COMPILATION REPORT e SEg ATTACHED REFERENCE SHEET 1 I I t 1 I 1 I I I I I I 1 -I I I I u 'I I P' I- % BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar charactc to that included in the proposed Contract he/she has successful: performed and give references, with telephone numbers, which wi: enable the City to judge his/her responsibility, experience ai skill. An attachment can be used, if notarized or sealed. SEE ATTACHED I I 'Name and Phone' I I I Date I Icontract IName and Address No. of Person I Type of !Amount of I I Completed, I of the Employer ! to Contact ! Work ! Contract I I I I 1 I I I I I I I I I 1 1 I I I I I I I I 1 I I I I I I I I I I I I I I I I ! I I ! I I I I I I I I I I I I I 1 I I I I I I ! I I I ! ! I I I I I I I I I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I bi I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I #I I I I I I I 1 I I I I I I -.I__ I I ! I I MICHAEL A. IZZIJR- VICE PgESIDENT (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATIGAC'EEED-) D, (CORPORATE SEAL) a ___i___l_.--i-sc--~-^.l~.---~ _I _-I_E_;"-. -I_1__-I__P .-_- ~~~-~-~~ _p".-=_~"."~-~-~~.-_I_______ .____l"-l -I--_I_ r__~,___ I____ }s STATE OF CALIFORNIA COUNTY OF LOS ANGELES On this 9TH day of NOVEMBER , in the before me, the undersigned, a Notary Public in and for said State, person MICHAEL A. IZZI JR and , personally (or proved to me on the basis of satisfactory evidence) to be the persons whi within instrument as VICE -President and respectively, of the Corporation therein named, and acknowledged to me that t executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand an ZCA-Rev 11-83 - -- STRIPING R LlC. 8371 a 0 ._... .... .. !... ., r... ..,.. . il _..: j : .... 8 :: F I, ..... j... : ..,.: ;.-< i-.: /..: .. .... .. . .... .... .. . ... .... e 216 TOBY WAY Q POMONA, CALIFORNIA 91767 0 (714) 865-2935 0 FAX (714) 865-7140 13 I I t U I County OfLOS ANGELES 1 I II II I I I 1 I I 1 I I) NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 ) ss. MICHAEL A. IZZI JR , being first duly sworn, deposes and says that he QXXB!& is JICX Pmmrrr of FJC OPE-S. TNC. the party making the foregoing bid that the bid is not made in th interest of, or on behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bi is genuine and not collusive or sham: that the bidder has no directly or indirectly induced or solicited any other bidder to p~ on a false or sham bid, and has not directly or indirectl colluded, conspired, connived, or agreed with any bidder or anyor else to put in a sham, bid, or that anyone shall refrain frc bidding that the bidder has not in any manner, directly c indirectly, sought by agreement communication, or conference wit anyone to fix the bid price, or of that of any other bidder, or t fix any overhead, profit, or cost element of advantage against tk public body awarding the contract of anyone interested in tl proposed contract; that all statements contained in the bid a. true: and further, that the bidder has not, directly or indirectl. submitted his or her bid price or any breakdown thereof, or t' contents thereof, or divulged information or data relative thereti or paid, and will not pay, any fee to any corporation, partnershi company association, organization, bid depository, or to any memb or agent thereof to effectuate a collusive or sham bid. I declare under penalty of per correct and (Title) (Name of Firm) 'iL AUGUST , 1989. m CONTRACT - PUBLIC WORKS This agreement is made this d//a day of u , 1989, by a between the City of Carlsbad, California, &'municipal corporatio (hereinafter called t'Citylt) , and whose principal place of business is 216 Toby Way, Pomona, CA 917E (hereinafter called @'Contractor*'. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all wo e Traffic Oneratinn< Tnr specified in the Contract documents for: LA COSTA AVENUE STRIPING PROJECT NO. 3319 (hereinafter called t'project't) all labor, materials, tools, equipment, and personnel perform the work specified by the Contract-documents. 3. Contract Documents. The Contract documents consist of th Contract; the bid documents, including the Notice Bidders, Instructions to Bidders' and Contractor Proposals; the Plans and Specifications, the Speci Provisions, and all proper amendments and changes ma thereto in accordance with this Contract or the Plans a Specifications, and the bonds for the project; all of whi are incorporated herein by this reference. The 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 her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 4. Payment. All full compensation for Contractor's performan of work under this Contract, City shall make payment to t Contractor per Section 9-3 of the Standard SDecificatio for Public Works Construction. The closure date for ea monthly invoice will be the 30th of each month. 2. Provisions of Labor and Materials. Contractor shall provi 0 a 1 Invoices from the Contractor shall be submitted accordin to the required City format to the City's assigned projec manager no later than the 5th day of each month. Payment will be delayed if invoices are received after the 5th o each month. The final retention amount shall not b released until the expiration of thirty-five (35) day following the recording ofthe Notice of Completion pursuan to California Civil Code Section 3184. 5. Independent Investisation. Contractor has made a Independent Investigation of the jobsite, the soi conditions at the jobsite, and all other conditions thz might affect the progress of the work, and is aware of thos conditions. The Contract price includes payment for a] work that may be done by Contractor, whether anticipated c not, in order to overcome underground conditions. AI information that may have been furnished to Contractor 1 City about underground conditions or other job conditior is for Contractor's convenience only, and City does nc warrant that the conditions are as thus indicatec Contractor is satisfied with all job conditions, includir underground conditions and has not relied on informatic furnished by City. 6. Contractor Responsible for Unforeseen Condition2 Contractor shall be responsible for all loss or dams( arising out of the nature of the work or from the action t the elements or from any unforeseen difficulties which m; arise or be encountered in the prosecution of the work unt its acceptance by the City. Contractor shall also 1 responsible for expenses incurred in the suspension I discontinuance of the work. However, Contractor shall nl be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wor or matters which the specifications expressly stipulate wi be borne by City. I i I 8 I I I I I I 1 I I I I t 1 t b 7. Chanse Orders. City may, without affecting the validity the Contract, order changes, modifications and extra wo by issuance of written change orders. Contractor shall ma' no change in the work without the issuance of a writti change order, and Contractor shall not be entitled compensation for any extra work performed unless the Ci has issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti are unable to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall determined by litigation. order changes or extra work is the Project Manager. T written change order must be executed by the City Manage The only person authorized 11 I 1 II 8 I D D I I I 1 I I P 1 if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00. 8. Immissation Reform and Control Act. Contractor shall compl' with the requirements of the llImmigration Reform and Contro Act of 1986I' (8 USC Section 1101-1525). 9. Prevailina Waqe. Pursuant to the California Labor Code, th director of the Department of Industrial Relations ha detenmined the general prevailing rate of per diem wages i accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates i on file in the office of the Carlsbad City Clerk, and i incorporated by reference herein. Pursuant to Californj Labor Code, Section 1775, Contractor shall pay prevailir wagers. Contractor shall post copies of all applicabl prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay a1 expenses of defense, and indemnify and hold harmless tk City, and its officers and employees, from all claims, losz damage, injury and liability of every kind, nature a1 description, directly or indirectly arising from or connection with the performance of the Contractor or wor or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulatio including those relating to safety and health: except f loss or damage which was caused solely by the acti negligence of the City; and from any and all claims, 10s damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the nature the work covered by the Contract, unless the loss or dama was caused solely by the active negligence of the City. T expenses of defense include all costs and expenses includi attorneys fees for litigation, arbitration, or other dispu resolution method. 11. Insurance. Without limiting Contractor's indemnificatic it is agreed that Contractor shall maintain in force at a times during the performance of this agreement a 2olicy policies of liability insurance at least $1,000,000~ combined single limit covering its operations, includ: coverage for contractual liability and insurance cover: the liability set forth herein. The policy or policies shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses: A. t 1 b I "The City is added as an additional insured as respec operations ofthe named insured performedunder contr with the City.tt li u t I I I I I I I II I I I I c 1 B. IgIt is agreed that any insurance maintained by the Ci shall apply in excess of and not contribute wit i-nsurance provided by this policy." All insurance policies required by this paragraph sha contain the following clause: A. IVThis insurance shall not be cancelled, limited or no renewed until after thirty (30) days written notice h been given to the City.ll @'The insurer waives any rights of subrogation it has 1 may have, against the City or any of its officers I employees. *I Certificates of insurance evidencing the coverage requirt by the clauses set forth above shall be filed with the Ci. prior to the effective date of this agreement. 12. Workers' ComDensation. Contractor shall comply with tl requirements of Section 3700 of the California Labor Codc Contractor shall also assume the defense and indemnify ai save harmless the City and its officers and employees frc all claims, loss, damage, injury, and liability of eve] kind, nature, and description brought by any person employc or used by Contractor to perform any work under th: Contract regardless of responsibility for negligence. Proof of Insurance, Contractor shall submit to the Cil certification of the policies mentioned in Paragraphs 10 ai 11 or proof of worker's compensation self-insurance pric to the start of any work pursuant to this Contract. 14. Claims and Lawsuits. Contractor shall comply with tf Government Tort Claims Act (California Government COC Section 900 et seq.) prior to filing any lawsuit for breac of this contract of any claim or cause of action for monf or damages. 15. Maintenance of Records. Contractor shall maintain and mal available at no cost to the City, upon request, records j accordance with Sections 1776 and 1812 of Part 7, Chaptc Contractor does not maintain the records at Contractor' principal place of business as specified above, Contractc shall so inform the city by certified letter accompanyir the return of this Contract. Contractor shall notify tk City by certified mail of any change of address of suc records. 16. Labor Code Provisions. The provisions of Part 7, Chapte 1, commencing with Section 1720 of the California Labor Cod are incorporated herein by reference. B. 1 b 13. 1, Article 2, of the California Labor Code. If tk 3 17. Security. Securities in the form of cash, cashier's checl or certified check may be substituted for any monic withheld by the City to secure performance of this contra( for any obligation established by this contract. Any otht security that is mutually agreed to by the Contractor ai the City may be substituted for monies withheld to ensui performance under this Contract. 18. Provisions Rewired by Law Deemed Inserted. Each and eve? provision of law and clause required by law to be insertc in th.is Contract shall be deemed to be inserted herein ai included herein, and if, through mistake or otherwise, ai such provision is not inserted, or is not correct inserted, then upon application of either party, t Contract shall forthwith be physically amended to make su insertion or correction. 19. Additional Provisions. Any additional provisions of th agreement are set forth in the "General Provisions" "Special Provisions" attached hereto and made a part hereo 1 I. I 8 U 1 I R I I: 1 I I I c I 1) TRAFFIC OPERATIONS, INC. Contractor I 1 (NOTARIAL ACKNOWLEDGEMENT OF ~ EXXUTION BY ALL PRINCIPALS ! ~ -NUST bE ATTACHED. ) (CORPORATE SEAL) AN - CHIEF El b' Title MAX K. CRIDER - PRESIDFNT I # AE TL'OL ALIFORNIA City Attorney //.z/. m. i_ea___- --EL- ---- - - j__i ="----"A- ------I ~---~---?_ -~ - ---.__I_- --_.-- - ____L_Ip__ --___e- _-- ---I l_(_l-_ , in the On this 9TH before me, the undersigned, a Notary Public in and for said State, perso M. RANDOLPH INMAN and , personall (or proved to me on the basis of satisfactory evidence) to be the persons wh respectively, of the Corporation therein named, and acknowledged to me that t executed it pursuant to its by-laws or a resolution of its board of directors WITNESS my hand and o day of NOVEMBER COUNTY OF T.IISANGRT.ES Iss within instrument as President and XXXXX PCA-Rev 11 83 --~~-~-~--~-----=_ ____II-iE~----- - _l__.__-__l___-l__l_ --~ _I--_I _. _I_-- ~~ , in the before me, the undersigned, a Notary Public in and for said State, persor On this 13TH day of NOVEMBER lss and MAX K. CRIDER , personalb (or proved to me on the basis of satisfactory evidence) to be the persons whl within instrument as XXaXmXXX&esldent and executed it pursua WITNESS my hand DENISE KARPUS CROSBY 1 1 I 0 I 1 I I I R I I 1 I I I lP I CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY "1 am aware of the provisions of Section 3700 of the Labor Cod which requires every employer to be insured against liability fa workers' compensation or to undertake self-insurance in accordanc with the provisions of that code, and I will comply with suc provisions before commencing the performance of the work of thi Contract. )I TRAFFIC OPERATIONS, INC. Contractor CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "1 am aware of the requirements of the Immigration Reform ar Control Act of 1986 (8 USC Section 1101-1525) and have complic with these requirements, including, but not limited to, verifyir the eligibility for employment of all agents, employees subcontractors, and consultants that are included in thj Contract. I' TRAFFIC OPERATIONS, INC. Contractor C CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that TRAFFIC OPERATIONS, INC. % (Legal Name of Contractor) in preforming under the Purchase Order awarded by the City ( Carlsbad, will comply with the County of San Diego Affirmatii Action Program adopted by the Board of Supervisors, including a: I I current amendments. Date M. RANDOLPH INMAN - CHIEF EXECUTLV-E ( Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) P (CORPORATB REAL) h. 4- l___ll__-. ___I__E_. -___-..~--___.___I.I____ -~~^_____ -_____.I__- >... COU~.;T~ OF LOS ANGELES On this 9TH day of NOVEMBER , in thi before me, the undersigned, a Notary Public in and for said State, persc M. RANDOL PH INMAN and , personal (or proved to me on the basis of satisfactory evidence) to be the persons wl within instrument as President and Xx) respectively, of the Corporation therein named, and acknowledged to me that executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and *-"-I .-1-1_ _--- _x_ -- --__II____ ISSUE DA1 F INSU THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DC EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BE PRODUCER COMPANIES AFFORDING COVERAGE . IT:-- ,- H y. COMPANY LETTER A COMPANY CODE SUB-CODE INSURED LETTER B COMPANY LETTER c COMPANY LETTER D INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT T( CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALI EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ALL LIMITS IN THO1 POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) TYPE OF INSURANCE POLICY NUMBER co LTR GENERAL AGGREGATE #: NERAL LIABILITY ~- COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGA CLAIMS MADE ' OCCUR PERSONAL & ADVERTISING INJUF; OWNER'S & CONTRACTOR'S PROT EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one perso SINGLE $ TOMOBILE LIABILITY COMBINED ANY AUTO LIMIT ,. ' ALL OWNED AUTOS BODILY SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY 5 NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY ~ INJURY $ DAMAGE CES $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY .. ." **I $ (EACH AI $ (DISEASI $ (DISEASI I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED DATE THEREOF, THE ISSUING COMPANY WILL E DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER N LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OE LIABILfTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRE -_- -~- AUTHORIZED REPRESE se _g__l_-l-_^__ll__l_II~----.-"~----~- - PICETTI & WILLIAMS I N S U R A N C E B R 0 K E R S , I N C. I i JOSEPH N PICET[1 1 DONALD S WLLIAMS ' 1 October 5, 1989 0 ROBERT I 4MADO ' LYNhE BAR= 4 P (BUD) CORTESE GORGON A FLLI.AKTO*I' PETER E WILLIAMS City of Carlsbad Traffic Operations, Inc. Certificate of Insurance Amendment Job: La Costa Avenue. Contract Number:3319 "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGE, NOR THE OF COVERAGE THEREOF REDUCED UNTIL THIRTY DAY AFTER RECEIPT OF WRIT? NOTICE OF CANCELLATION OR REDUCTION IN COVERAGE BYTHE CITY CLERK OF CITY OF CARLSBAD. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AMI NONCONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO THE CITY OF 0 CARLSBAD. " 0 444 MARKET STREET SUITE I150 SAN FRANCISCO CALIFORNIA 941 11 415 398 7733 FAX 4 \I \-a I I I I I 1 I 1 b I 1 I 1 I R I I OPTIONAL ESCROW AGREEME" FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hereinafter called vgCitytv and whose address is hereinafter called "Contractor" and whose address is hereinafter called tlEscrow Agent. *I For the consideration hereinafter set forth, the Owner, Contract and Escrow Agent agree as follows: t 1. Pursuant to Section 22200 of the Public Contract Code t State of California, Contractor has the option to depos securities with Escrow Agent as a substitute for retenti earnings required to be withheld by City pursuant to t Construction Contract entered into between the City a Contractor for in the amount of dated (hereinafter referred to as the tfContractvt). A copy of sa contract is attached as Exhibit lqAtl. When Contract deposits the securities as a substitute for Contra earnings, the Escrow Agent shall notify the City within t (10) days of the deposit. The market value of t securities at the time of the substitution shall be at lea equal to the cash amount then required to be withheld retention under the terms of the Contract between the Ci and contractor. Securities shall be held in the name c and sha designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that t present cumulative market value of all securiti substituted is at least equal to the cash amount of a cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor f such funds which otherwise would be withheld from progre payments pursuant to the Contract provisions, provided tk the Escrow Agent holds securities in the form and amoc specified above. Alternatively, the City may make payments directly to Escr Agent in the amount of retention for the benefit of the Cj until such time as the escrow created hereunder terminated. 2. 3. t I 1 I 1 I 1 IC I b I I I I I I I I 4. Contractor shall be responsible for paying all fees for t' expenses incurred by Escrow Agent in administering t escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money mark accounts held in escrow and all interest earned on th interest shall be for the sole account of Contractor a shall. be subject to withdrawal by Contractor at any time a from time to time without notice to the City. Contractor shall have the right to withdraw all or any pa of the principal in the Escrow Account only by writt notice to Escrow Agent accompanied by written authorizati from City to the Escrow Agent that City consents to t withdrawal of the amount sought to be withdrawn Contractor. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) da written notice to the Escrow Agent from the City of t default of the Contractor, the Escrow Agent sha immediately convert the securities to cash and sha distribute the case as instructed by the City. 8. Upon receipt of written notification from the Ci certifying that the Contractor has complied with a requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities a interest on deposit less escrow fees and charges of t Escrow Account. The escrow shall be closed immediately up disbursement of all monies and securities on deposit a payments of fees and charges. 9. Escrow Agent shall rely on the written notifications fr the City and the Contractor pursuant to Sections 4 to inclusive, of this agreement and the City and Contract shall hold Escrow Agent harmless from Escrow Agent's relea and disbursement of the securities and interest as set for above. r 6. 7. t I I I R 1 a 1 1 I I 1 10. The names of the persons who are authorized to give writtc notices or to receive written notice on behalf of the Ci. and on behalf of Contractor in connection with tl foregoing, and exemplars of their respective signatures a as follows: For City : Title r Name 1 Signature Address For Contractor : Title Name Signature E. Address For Escrow Agent: Title Name Signature I) Address At the time the Escrow Account is opened, the City a Contractor shall deliver to the Escrow Agent a ful executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. For City: Title Name 1 Signature Address For Contractor: Title Name Signature I Address t 1E I I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: t i PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full f all compensation of whatever nature due the Contractor for a labor and materials furnished and for all work performed on t above-referenced project for the period specified above with t exception of contract retention amounts and disputed clai specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I 1 1 I b DISPUTED CLAIMS J DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim t Contractor may have, of whatever type or nature, for the peri specified which is not shown as a retention amount of a disput This release and waiver has been ma claim on this form. voluntarily by Contractor without any fraud, duress or und influence by any person or entity. Contractor further certifies, warrants, and represents that a bills for labor, materials, and work due Subcontractors for t specified period have been paid in full and that the parti signing below on behalf of Contractor have expressed authority execute this release. DATED: 1 8 I I 1 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) I BY 8 BY t 1c 1 I SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: t I A. Reference to Drawings: Where words "shown, *I "indicated, Iv Ildetailed, )I "noted, It "scheduled or words of similar import are used, it shall be understood th reference is made to the plans accompanying these provision unless stated otherwise. B. Directions : Where words "directed, It "designated, )I "selected, )I or words similar import are used, it shall be understood that the directio designation or selection ofthe Engineer is intended, unless stat otherwise. The word tlrequiredtl and words of similar import sha be understood to mean "as required to properly complete the wo as required and as approved by the City Engineer," unless stat otherwise. I 1 I. I b I s I 1 I C. Equals and Approvals: Where the words "equal, It "approved equal, (I Requivalent, )I and su words of similar import are used, it shall be understood such worl are followed by the expression "in the opinion of the Engineer unless otherwise stated. Where the words "approved, II #*approval tlacceptance,tt or words of similar import are used, it shall . understood that the approval, acceptance, or similar import of t: Engineer is intended. I D. Perform and Provide: The word gtperform81 shall be understood to mean that the Contract0 at her/his expense, shall perform all operations, labor, tools ai equipment, and further, including the furnishing and installing ( materials that are indicated, specified or required to mean tht the Contractor, at her/his expense, shall furnish and install tl work, complete in place and ready to use, including furnishing I necessary labor, materials, tools, equipment, and transportatioi I 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his T approved representative t 1c I 1 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard SDecificatio for Public Works Construction, 1985 Edition, the 1986 supplemen and the January, 1986 Standard Special Provisions, hereinaft designated SSPWC, as issued by the Southern California Chapter the American Public Works Association, and these Generz Provisions. The Construction Plans consist of 5 sheet(s)-designated as City c Carlsbad Drawing No. 300-6. The standard drawings utilized fc this project are the latest edition of the San Dieso Area Reaionz Standard Drawinqs, hereinafter designated SDRS, as issued by tl San Diego County Department of Public Works, together with the Cii of Carlsbad Supplemental Standard Drawings. Copies of pertinel standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with tk product manufacturer's direction, the Contractor shall obtain ar distribute the necessary copies of such instruction, including to (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinas: The Contractor shall provide and keep up-to-date a complete Ifas built" record set of transparent sepias, which shall be correct€ daily and show every change from the original drawings ar specifications and the exact fQas-builtff locations, sizes and kinc of equipment, underground piping, valves, and all other work no visible at surface grade. Prints for this purpose may be obtaine This set of drawings shall be kept on th job and shall be used only as a record set and shall be delivere to the Engineer upon completion of the work. t I 1 I P c 1 b 1 I I I I 3 il i .from the City at cost. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or hi appointed representative. The Engineer shall have free access t any or all parts of work at any time. Contractor shall furbis Engineer with such information as may be necessary to keep her/hk fully informed regarding progress and manner of work and characte of materials. Inspection of work shall not relieve Contractor fro. any obligation to fulfill this Contract. t I 1 Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency wi. bear the cost of testing materials and/or workmanship where tl results of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The co: of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of 1 materials shall be approved by him before the delivery is startec All materials proposed for use may be inspected or tested at a: time during their preparation and use. If, after trial, it found that sources of supply which have been approved do nl furnish a uniform product, or if the product from any source provi unacceptable at any time, the Contractor shall furnish approvi material from other approved sources. After improper storagi handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance wi the notes on the plans and the SSPWC. Compaction tests may be mal by the City and all costs for tests that meet or exceed t requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deem necessary by the Engineer. The costs of any retests made necessa by noncompliance with the specifications shall be borne by t Contractor. t 1 I I l 3 I I I I I I 3 I I b Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming the plans or specifications upon written order by the Enginee Any cost caused by reason of this nonconforming work shall be bor by the Contractor. 5-1 LOCATION Add the foll-owing: The City of Carlsbad and affected utility companies have, by search of known records, endeavored to locate and indicate on t Plans, all utilities which exist within the limits of the wor However, the accuracy of completeness of the utilities indicat on the Plans is not guaranteed. ? I I 5-4 RELOCATION Add : The temporary or permanent relocation or alteration of utilitier including service connection, desired by the Contractor for his/hc own convenience shall be the Contractorts own responsibility, ai he/she shall make all arrangements regarding such work at no cot to the City. If delays occur due to utilities relocations whit were not shown on the Plans, it will be solely the City's optic to extend the completion date. In order to minimize delays to the Contractor caused by the failu of other parties to relocate utilities which interfere with tl construction, the Contractor, upon request to the City, may I permitted to temporarily omit the portion of work affected by tl utility. The portion thus omitted shall be constructed by tl Contractor immediately following the relocation of the utili. involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor p' Section 6-1 of the SSPWC at the time of the preconstructic conference. No changes shall be made to the construction schedu without the prior written approval of the Engineer. Any progre, payments made after the scheduled completion date shall nl constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal I relocation of conflicting utilities shall be requirements prior . commencement of work by the Contractor. t 4 I I I I 1 b J f 1 I I 3. 1 1 6-7 TIME OF COMPLETION The Contractor shall begin work within 7 calendar days aft( receipt of the ItNotice to Proceedt1 and shall diligently prosecu the work to completion within 30 consecutive calendar days aft( the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of word - All work shall normally be performed between t: hours of 7:OO a.m. and sunset, from Mondays through Fridays. T: contractor shall obtain the approval of the Engineer if he/s' desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with t written permission of the Engineer. This written permission mu be obtained at least 48 hours prior to such work. The Contract shall pay the inspection costs of such work. t # 1 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing ( a 'INotice of Completion" and any faulty work or materia discovered during the guarantee period shall be repaired ( replaced by the Contractor, at his expense. t I 6-9 LIOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assess the sum of $300 per calendar day for each day beyond the completic date as liquidated damages for the delay. Any progress paymen' made after the specified completion date shall not constitute waiver of this paragraph or of any damages. I I 1 R b E I I I c It I I 7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION Modify Sections 7-3 and 7-4 as follows: SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of t; contract insurance against claims for injuries to persons 1 damages to property which may arise from or in connection with tl performance of the work hereunder by the Contractor, his agent representatives, employees, or subcontractors. If the insuranl is on a llclaims made" basis, coverage shall be maintained for period of three years from the date of completion of the work. T1 cost of such insurance shall be included in Contractor's bid. T: insurance company or companies shall meet the requirements of Ci A. Minimum Scope of Insurance E Council Resolution No. 8108. Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/7 covering Comprehensive General Liability; and Insuranl Services Office form number GL 0404 covering Broad Fo Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed. 1/7 covering Automobile Liability, Code 1 "any autoI1; and 3. Workers' Compensation as required by the Labor Code of t State of California and Employers' Liability Insurance. t B I B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined sing limit. per occurrence for bodily injury and property damagr If the policy has an aggregate limit, a separate aggrega. in the amounts specified shall be established for the risl for which the City or its agents, officers or employees a: additional insured. 2. Automobile Liability: $1,000,000 combined single limit pt accident for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Worker! compensation limits as required by the Labor Code of tl State of California and Employers' Liability limits ( $1,000,000 per accident. t i I I II 1 I b 1 T E 1 1 I I I C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declarf to and approved by the City. At the option of the Cit! either: the insurer shall reduce or eliminate su( deductibles or self-insured retentions as respects the Cit! its officials and employees; or the Contract09 shall procui a bond guaranteeing payment of losses and relatt investigation, claim administration and defense expenses, D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, tt following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteei are to be covered as insured as respects liability arising out of activities performed I: or on behalf of the Contractor; products ai complete operations of the Contractor; premisc owned, leased, hired or borrowed by tl Contractor. The coverage shall contain no speck limitations on the scope of protection affordc to the City, its officials, employees c volunteers. b. The Contractor's insurance coverage shall I: primary insurance as respects the City, it Ar officials, employees and volunteers, insurance or self -insurance maintained by tk City, its officials, employees or volunteers shal be in excess of Contractor's insurance and shal not contribute with it. t 1 I I I II 1 I i. I I 4 1 I I 1 c. Any failure to comply with reporting provisio of the policies shall not affect coverage provid to the City, its officials, employees volunteers. d, Coverage shall state that Contractor's insuran shall apply separately to each insured again whom claim is made or suit is brought, except wi respect to the limits of the insurer's liabilit 2. Workers' Compensation and Employers' Liability Coverag The insurer shall agree to waive all rights subrogation against the City, its officials, employe and volunteers for losses arising from work perform by Contractor for the City. r i 3. All Coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspende voided, cancelled, reduced in coverage or in limi except after thirty (30) days' prior written notice certified mail, return receipt requested, has be given to the City, E. AcceDtabilitv of Insurers Insurance is to be placed with insurers with a Bests' rati of no less than A:XI unless otherwise authorized by Ci Council Resolution No, 8108. b F. Verification of Coveraue Contractor shall furnish the City with certificates I insurance and with original endorsements affecting coverac required by this clause. The certificates and endorseme: for each insurance policy are to be signed by a persc authorized by that insurer to bind coverage on its behal The certificates and endorsements are to be in fon provided by the City and are to be received and approved 1 the City before work commences. G. Subcontractors Contractor shall include all subcontractors as insured undc its policies or shall furnish separate certificates ai endorsements for each subcontractor. All coverages fc subcontractors shall be subject to all of the requiremen stated herein. t I 4 I 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, i encroachment, right-of-way, grading, and building permits necessz to perform work for this contract on City property, in street highways (except State highway right-of-way) , railways or otk rights-of-way. t 1 Add the following: SI .the work are obtained. Contractor shall not begin work until all permits 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends z other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the proje with special attention to City Noise Control Ordinance No. 31C Carlsbad Municipal Code, Chapter 8.48. incidental 1 1 I 1 I I 1 I I I 1 4 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safe of employees on the work and shall comply with all applicak provisions sf Federal, State and Municipal safety laws and buildj codes to prevent accidents or injury to persons on, adjacent to the premises where the work is being performed. He/E shall erect and properly maintain at all time, as required by t conditions and progress of the work, all necessary safeguards f the protection of workers and public, and shall use danger sic warning against hazards created by such features of constructi as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BEi OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.0 about, p Excavation and Grading. I I t I B n I B I I I I I I I #@ I If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed constructi project which would be subject to Section 1601 or Section 1603 the Fish and Game Code, such conditions or modificatio established pursuant to Section 1601 of the Fish and Game Co shall become conditions of the contract. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do wi reductions in amount of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or register civil engineer to perform necessary surveying for this projec Requirements of the Contractor pertaining to this item are s forth in Section 2-9.5 of the SSPWC. cost of surveying service within appropriate items of proposa No separate payment will be made. Survey stakes shall be set and stationed by the Contractor surveyor for curbs at 50' intervals (25' intervals for curves curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, sto drains, and structures (4 corners min.). Rough grade as requirl to satisfy cut of fill to finished grade (or flowline) as indicatt on a grade sheet. Contractor shall transfer grade hubs for construction ai inspection purposes to crown line base grade of streets as requirc by Engineer. Contractor shall provide Engineer with 2 copies of survey c sheets prior to commencing construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utili2 during the construction under this contract. The Contractor sha T contact the appropriate water agency for requirements. contractor shall include the cost of water and meter rental with appropriate items of the proposal. made . 1 Contractor shall include I No separate payment will I 4 t I 1 li I U 8 I I # i 8 P I 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2.2 crushed slag base (Section 200-2.3), or crushed miscellaneous ba (Section 200-2.4) . 201-1 PORTLAND CEKENT CONCRETE Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to used or furnished shall be low alkali and shall be either Type or Type I1 Portland Cement conforming to ASTM C 150, or Type (MS) Portland Pozzolan Cement conforming to ASTM C 595, unle otherwise specified. I* Modify Section 201-1.2.3, Water, as follows: Second paragraph replace t81,000 ppm (mg/L) of sulfates" with Ill, 3 (mg/L) ppm of sulfates.l* Third paragraph replace 11800 ppm (mg/L) of sulfates'l with "1,3 (mg/L) ppm of sulfates." (b) Air-entrainha Admixtures Last paragraph amend to read: percent is allowed. be determined California Test Method No. 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown following table:" Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificat "Transit mixed concrete may be certified by mix design numbe provided a copy of the mix proportions are kept on file at t plant location for a period of 4 years after the use of the mix 201-2 STEEL REINFORCEMENT FOR CONCRETE No changes. B "A tolerance of plus or minus 1-1 The air content of freshly mixed concrete wi b R I I I I U 1 8 I 4 I 4 I R a P I 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Ti I11 C3-AR 4000. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field laboratoq Last paragraph, add after D 2172: Ifmethod A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excc of 2 hours, and any other asphalt concrete stored in excess of hours, shall not be used in the work.Il Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: Wnless otherwise specified, E 4000 paving grade asphalt shall be used for Type I11 asphalt concrete, and AR-8000 paving grade asphalt shall be used f asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve sha be determined by washing the material through the sieve with wate No less than 1/2 of the material passing the No. 200 sieve washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: '*Fine aggregate shall be tested f soundness in accordance with ASTM D-1073, and shall not exce fifteen percent (15%) loss by weight.## Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alternat for Test Method No. Calif. 217." t a b I I t u i U U 1 I a E I I 1 Io I Fourth paragraph, amend table to read: TYPE I11 ASPHALT CONCRETE I I B3 I B2 I I I CLASS SIEVE INDIVIDUAL MOVING INDIVIDUAL MOVING SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE I I I I 100 11* (25mm) I 100 ' 100 I 100 I 3/4" (19mm) I 87-100 I 90-100 I 90-100 I 95-100 1/2" (13mm) 1 75-95 I 80-90 I 85-100 I 85-95 I 60-75 I 60-84 I 65-80 I 50-80 30-60 I 40-55 ' 40-60 I 45-60 3/8IW (lOmm) No. 4 I 22-44 I 27-40 I 24-50 I 30-45 I 15-25 No. 8 I 1-8 i 3-6 No. 30 No. 200 I -1 I I 1-9 I 3-7 ' 11-29 1 8-26 ' 12-22 !' / I I I 4.6-6.0 I I II 4-6-6.0 Asphalt % Also, in Table "Type I11 Asphalt Concrete,11 change percent passi sieves as follows: Class D - Change % Passing No. 200 to 5-12 Add the following: "Table of Sand Equivalent and Cleanness Value and modify the sand equivalent value in the first paragraph and the table of requirements in Section 400-4.3 to the values as not in this added table." I, Table of Sand Euuivalent and Cleanness Values Mix Sand Cleanness I Size Eauivalent (Min. 1 Value (Min.) D 45 Individual 55 Individual 50 Moving Average 60 Moving Avera C 50 Individual 60 Individual 1 B 50 Individual 60 Individual After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Ty 111, except for the bin containing the fine material shall have Cleanness Value as noted in the added "Table of Sand Equivale and Cleanness Values1' and as determined by Test Method No. Cali 227, modified as follows: I 1 i I U 8 I 1 B I I I 8 I@ 1 Tests will be performed on the material retained on the No. 8 sie? from each bind and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 second a single loading of the entire sample on a 12-inch diameter, N 4 sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bind contains material which will pa the maximum size specified and be retained on a 3/8 inch siev the test specimen weight and volume of wash water specified f one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during immediately after discharge from each bin of the batching plant immediately prior to mixing with asphalt in the case of continuo mixers. . The Cleanness Value of the test sample from each of the bins wi be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregate as follows: After fifth paragraph, add: Vhen the Contractor adds supplement fine aggregate, each such supplemental fine aggregate used sha be stored separately and kept thoroughly dry. 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwoo or treated construction grade Douglas Fir. 204-2 TREATMENT WITH PREBERVATIVES t a 4 I No change. 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required und Paragraph 3, 207-2.1, is waived. 210-1 PAINT Paint for striping shall be white. 1 I I 1 1 1 I I I 1 I 8 P I 'SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 300-2 UNCLASSIFIED EXCAVATION Excavation of material in the 30' x 24' area of the parking I entrance is required to enable the entrance to properly connc the parking lotto the existing parking facilities of the build: with a 6" section of aggregate base and asphalt concrete. Paymt for the excavation will be per the lump sum price bid 1 t I excavation. 301-1 SUBGRADE PREPARATION Contractor will protect the existing D.G. in place except whc necessary to excavate in the entrance area. Scarifying i cultivating is therefore not required for this contract. 301-2 UNTREATED BASE I No change. 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat required and shall conform the Section 302-5.9 of the supplemental provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace tvSection 203-6" with ltSection 400-4. It Last paragraph, add: !#All testing of underground installations any given point shall be completed before the surfacing is plac at that point." Modify Section 302-5.2, Prime Coat, as follows: After "grade SC-~~O~~ add l'or MC 70." Modify Section 302.5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: IIVibratory rollers shall be limited to breakdown, unless otherwi directed by the Engineer.: b I JI I After last paragraph, add: Wnless directed by otherwise t Engineer, the initial breakdown rolling shall be followed by pneumatic-tired roller as described in this Section.@I To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included the unit price bid for asphalt concrete. Add the following: 302-5.9. Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwi specified. The seal coat shall consist of a coat of asphalt emulsion and a cover coat of sand. The asphaltic emulsion shz be mixing type conforming to Section 203-3, I*Emulsion Asphalt Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to seal-coated shall be thoroughly cleaned of all dirt and loc material. Asphaltic emulsion shall not be applied when the stre is overly wet or when the atmospheric temperature is below degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a power spray] device that uniformly applies the emulsion to the surfacing at rate of 0.1to 0.15 gallon per square yard. The distributor spi bar shall be equipped with asphaltic emulsion-type spray jet Curbs, gutters, and other adjoining improvements shall be careful protected from the emulsion, and any such improvements spattei or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a co7 coat of sand shall be spread at the rate of 6 to 12 pounds 1 square yard. After the sand has been spread, any piles, ridge or uneven distribution shall be broomed to maintain an even la] over the surface. Five days after the seal coat has been applie the surface shall again be broomed and any excess sand shall picked up and removed from the job. The Engineer may authorize I sand to be broomed, picked up and removed from the job after 2 more days. 303-2 AIR-PLACE CONCRETE t 1 I s I I I b 1 I I 1 1 8 8 I No changes. r 8 I I 8 I u 1 I 1 1 I 1 t s t 306-1 OPEN TRENCH OPERATIONS 18" RCP shall have a minimum cover of one (1) foot below finish grade. Bedding may be aggregate base per these specification Compaction shall be a minimum of 90% density and backfill shall mechanically compacted. 310-5 PAINTING VARIOUS SURFACES Modify Section 310-5.6.10, Painting Traffic Striping, Pavemf Markings and Curb Markings, as follows: Payment for all pavement marking shall be a lump sum as propos in the bid documents. t I) P n I II I U I I I I PART I11 SPECIAL PROVISIONS SECTION 2 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS t 2-1 TRAFFIC STRIPING Striping, paint, traffic stripes and pavement markings shz conform to the provisions in Sections 84-1, llGeneralll, and 84- "Painted Traffic Stripes and Pavement Markings#@, of the CALTRZ Standard Specifications (January 1988 Edition) and these sped Sections 84-3.02, I1Materialss@, of the CALTRANS Stand2 Specifications is amended to read: 1 provisions. Paint for traffic stripes and pavement markings shall conform to the following State Specifications: State Paint Srecificat b - No. Fast Dry Solvent Borne - Rapid Dry Solvent Borne - Rapid Dry Water Borne - I White, Yellow and Black 8010-51K. I White and Yellow 8010-51K. White, Yellow and Black 8 0 10 -4 2 La Glass beads shall conform to State Specification No. 8010-51J- I I N 8 I (Type 11). Copies of State Specifications for traffic paint and glass be: may be obtained from the Transportation Laboratory, P.O. Box 191: Sacramento, CA 95819, (919)739-2400. The kind of paint to be used (solvent borne or water borne) shi be determined by the Contractor based on the time of year and pa if applied and local air pollution control regulations. f I. I I I I 1 1 II Solvent borne white and yellow paint shall be either the Fast D or Rapid Dry type at the option of the Contractor. Thinning of paint will not be allowed. Paint shall be tested prior to use or the manufacturer sha provide the Engineer with a Certificate of Compliance in accordan with the provisions of Section 6-1.07, I'Certificates Compliance1*, of the CALTRANS Standard Specifications. Sa certificate shall certify that the paint complies with t specifications and that paint manufactured to the same formulati and process has previously passed State testing. A list manufacturers that have produced paint meeting State specificatio is available from the Transportation Laboratory. (Materi supplied by manufacturers other than those that have manufactur approved paint will require complete testing.) r b n E I I II R D I r i I u 1 U 1 I I b I, I i I II I I PART I11 SPECIAL PROVISIONS SECTION 3 CONSTRUCTION METHODS t SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 3-1 PAIN!C MIXING The second paragraph in Section 84-3.03, ttMixingtt, of the Standa Specifications is deleted. 3 2 PAINT APPLICATION The fourth and fifth paragraphs in Section 84-3.05, tlApplication of the Standard Specifications are amended to read: A one-coat 3-inch wide black stripe shall be painted between the two 4-inch wide yellow stripes of a double traffic stripe. If the two 4-inch wide yellow stripes are to be applied in 2 coats, the black stripe shall be applied concurrently with the second coat of yellow stripes. On new surfacing, pavement markings and traffic stripes (except the black stripe between the yellow stripes of a double traffic stripe) shall be applied in 2 coats unless otherwise shown on the plans. The first coat of paint shall be dry before application of the second coat. On existing surfacing to be repainted, pavement markings and traffic stripes shall be applied in one coat. 1 3.3 TRAFFIC STRIPING REMOVAL Traffic striping removal shall conform to Section 15, ttExist: Highway Facilitiest1, of the CALTRANS Standard Specifications, i these Special Provisions. Traffic striping removal shall consist of removing all obsolc traffic striping, raised pavement markers, and legends within 1 project limits as directed by the Engineer. r 1 II It I I I I I b I 1 I I 8 I I 1 The Contractor shall neatly and thoroughly remove all of t traffic striping and legends by the sandblast cleaning method. Full compensation for traffic striping removal and related clea up shall be considered as included in the contract unit price f striping removal, and no additional compensation will be alloa therefore. t 3.4 PROGRESSION OF WORK Work on this contract shall proceed as follows: 1. Layout (cat track) striping on street. 2. City Engineer to review layout on street. 3. Paint median striping (to be completed in ( 4. Sandblast conflicting centerline striping (to day) completed within 24 hours of median striping). Paint/repaint bike lanes, legends, lane lines. 5. 6. Install pavement markers. The City Engineer shall be given 48 hours notice prior to 1 completion of the layout work. The contractor shall complete 1 median striping within 2 working days of the layout approval by 1 City Engineer. 3.5 PAYMENT Payment for traffic striping and traffic striping removal shall at the contract unit prices for the various types of striping 8 shall be considered full compensation for furnishing all lab including layout, materials, equipment, and incidentals necess to perform the work. r August 22, 1991 Traffic Operations, Inc. 216 Toby Way Pomona, CA 91767 Re: Bond Release - Project No. 3319 - La Costa Ave. Striping Per instructions from our Engineering Department, we are hereby releasing the folloi bond for the above-referenced project: Performance Bond No. 982952P Indemnity Co. of California Remaining 25% - $3775.05 The bond is enclosed so that you can return it to your surety. &* Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-5 7 -V@ITE iT - DON’T SAY*! __ Date L ad To 4&7%.& AT- - [29 Reply Wanted From Karen Kundtz, Assistant City Clerk UNO Reply Necessary .. * -, dtc.. +: pi+, (y2 d2a-&,..Zv Re: Bond Release - &* -d-33/5 -* Our records indicate that the above-referenced subdivision/project is el<ible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. 3x2 h bond for the v We need Thanks, L*?;:LP -$*x 9 PR Y- AIGNER FORM NO 55.032 RELEASE APPROVED BY: 7-1 7- 9/ Date t RELEASE APPROVED BY: RELEASE AUTHORIZED BY: June 24, 1991 Traffic Operations, Inc. 216 Toby Way Pomona, CA 91767 Re: Bond Release - Project No. 3319 - La Costa Ave. Striping Per instructions from our Engineering Department we are releasing the following bc which is enclosed so that you can return it to your surety: Labor & Materials Bond No. 982952P, Indemnity Co. of Calif. $7,550.11 &. A&- a&; Assistant City Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 WL 1 r E I I - uu14 I 3H1 "W Date 74 __ To &-&A A, a Reply Wanted From L/;;jTen Kundtz, Assicant City Clerk ONo Reply Necessary &y$&yJ&&L / k%&7 fs Re: Bond Release - /h& -&d$/T-&% & 6. eq Our records lntilcate tliat the c;4.....2 *- bontl for tile above-referenced subdivision/proj ect is eligible for release. We need your writ ten autliorization/approval for release. Please let tile know the status, and if release is 0.k. P c JVhL &A PBP79faf y 4.f 9 +. &/LA, d&K3--.b. // / Tlianlcs, c .- PI1 9- AlGFIEn FORM El0 55-032 oTpig /G(/[,&%* G/\/BC/W@ /BOkq cZ&7;fi7-< c,p L,p/k< ~ /dO/L/L@ p&AxE> RELEASE APPROVED BY: ?*/?- p/& Date I RELEASE APPROVED BY: RELEASE AUTHORIZED BY: m RICHAR E. COOK $43 Date -9/ Principal Inspector V@ITE IT - DON’T SAYQ! Date L d-d __ To &P%& 642- - aReply Wanted From Karen Kundtz, Assistant City Clerk - UNO Reply Necessary - a, 4&.. +; @4/, 4 -A Re: Bond Release - &. &33/5 -* Our records indicate that the above-referenced subdivisionfproject is el6ible for release. your written authorizationfapproval €or release. the status, and if release is 0.k. -?LA &- bond for the L/ We need Please let me know Thanks, L%y;:.F -v 9 PF Y- AIGNER FORM NO 55-032 I A r’ YVI\I L L I1 - L/Wl’Q 1 JMI Date e, rll @Reply Wanted Froin <are!, Kundtz, Assi$?..rit City Clerk / UNO Reply Necessary dfi--?r++&, L 1te: ~loiid Itelease - cl/h;L d a/,~-@ & 6, eq Our records iiidicnte tlint tlie Gy2G.z wh bo11cl for tllc above-referericed subdivision/proj ect is eligible for release. \.le need your written autliorization/approval for release. Please let me know tlie status, and if release is 0.k. ‘lllalll~s, JyhL &Ld 94%7.9f2f +; &A, d75-3-3. / // y 4.f 9 dLG>d .- Y AIGFIEII FOllM HO 55 032 r I October 16, 1990 Traffic Operations, Inc. 216 Toby Way Pomona, CA 91767 Re: Bond Release - Contract No. 3319 - La Costa Ave. Striping The Notice of Completion for the above-referenced project has recordel Therefore, we are hereby releasing 75% of the Performance Bond. Plea: consider this letter as your notification that $11,325.15 of Indemnit: Co. of California Performance Bond No. 982952P is hereby released. WI are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond in the amount of $7550.11 will be eligible for release six months from the date of recordation of the Notice of Completion. on February 16, 1991. A copy of the recorded Notice of Completion is enclosed for your records. si-,Z ssistant City Clerk Enc. c: Yvonne, Eng. I --- 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2 1158 9@- 54- e Recording requested by: 1 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Dnve 1 1 Space above for Recorder's Use Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. NOTICE OF COMPLETION The undersigned is owner of the interest or estate stated below in the property herein: described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Calif01 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed Februaxy 7, 1990 The name of the contractor, if any, for such work of improvement is Traffic Operations, The property on which said work of improvement was completed is in the City of Cads County of San Diego, State of California, and is described as follows: La Costa Avenue j El Camino Real to Interstate 5. Project No. 3319. The street address of said property is NONE. I 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I an die City Clerk of the City of Carlsbad; the City Council of said City on - August 7, 19% accepted the above descnbed work as completed and ordered that a Notiic Completion be Ned. i deciare under penalry. of 3erjury that the foregoing is true and correct. Executed on August 8 , 19% at Carlsbad, California. CITY OF CkYLSBAD Z City Clerk KAREN R. KUNDTZ, Asst. City Clerk EXHIBIT 3 ;'y/- /" ;,I f+yh - m e t * August 8, 1990 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents; Notice of Completion Traffic Operations, Inc., Contractor Project No. 3319 Notice of Completion Honour Construction Company, Contractor Lot 2, CT 81-46, Unit 1 MS 783/PD 325 Notice of Completion Techbuilt Construction Corp., Contractor PD 310, Carlsbad Oaks East Notice of Completion Wallace G. Mullins, Contractor MS 676 Our staff has determined that the recordation of these documents is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. &&X& EN R. KU TZ Assistant City Clerk Encs s ______ __.- --_- 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2 0 0 Recording requested by: 1 1 GITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 1 Space above for Recorder's Use Carlsbad, CA 92008 Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinaftt described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Californi 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed c February 7, 1990 1 6. The name of the contractor, if any, for such work of improvement is Traffic Operations, In 7. The property on which said work of improvement was completed is in the City of Carlsbai County of San Diego, State of California, and is described as follows: La Costa Avenue fro El Camho Real to Interstate 5. Project No. 3319. The street address of said property is NONE. NOTICE OF COMPLETION 8. VERIFICATION OF CrrY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on __ August 7 , 1990, accepted the above descnbed work as completed and ordered that a Notice ( Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 8 , 19% at Carlsbad, California. CITY OF CARLSBAD UiiZkZ City Clerk KAREN R. KUNDTZ, Asst. City Clerk EXHIBIT 3