Loading...
HomeMy WebLinkAboutRCB Enterprise dba Gridlock Sign and Safety Solutions; 2021-06-29; PWS21-1420TRANCITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR CAMUTCD Retro-Reflectivity Street Sign Replacement Program CONTRACT NO. 6037 BID NO. PWS21-1420TRAN - Bidding 160 Revised 6112/18 Contract No.6037 Page 1 of 167 TABLE OF CONTENTS Item Page Notice Inviting Bids 9 Contractor's Proposal 16 Bid Security Form 21 Bidder's Bond to Accompany Proposal 22 Guide for Completing the "Designation of Subcontractors" Form 23 Designation of Subcontractor and Amount of Subcontractor's Bid Items 25 Bidder's Statement of Technical Ability and Experience 26 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 27 Bidder's Statement Re Debarment 28 Bidder's Disclosure of Discipline Record 29 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 31 Contract Public Works 32 Labor and Materials Bond 39 Faithful Performance/Warranty Bond 41 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 43 aw. Ilr• Revised 6/12/18 Contract No.6037 Page 2 of 167 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 46 1-2 Definitions 46 1-3 Abbreviations 50 1-4 Units of Measure 53 1-5 Symbols 54 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 55 2-2 Assignment 55 2-3 Subcontracts 55 2-4 Contract Bonds 56 2-5 Plans and Specifications 57 2-6 Work to be Done 61 2-7 Subsurface Data 61 2-8 Right-of-Way 61 2-9 Surveying 61 2-10 Authority of Board and Engineer 65 2-11 Inspection 66 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 67 3-2 Changes Initiated by the Agency 67 3-3 Extra Work 68 3-4 Changed Conditions 71 3-5 Disputed Work 72 Section 4 Control of Materials 4-1 Materials and Workmanship 78 4-2 Materials Transportation, Handling and Storage 82 Section 5 Utilities 5-1 Location 83 5-2 Protection 83 5-3 Removal 84 5-4 Relocation 84 5-5 Delays 85 5-6 Cooperation 85 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 86 6-2 Prosecution of Work 90 6-3 Suspension of Work 91 6-4 Default by Contractor 91 6-5 Termination of Contract 92 6-6 Delays and Extensions of Time 92 6-7 Time of Completion 93 6-8 Completion, Acceptance, and Warranty 94 III- Revised 6/12/18 Contract No 6037 Page 3 of 167 6-9 Liquidated Damages 94 6-10 Use of Improvement During Construction 94 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 96 7-2 Labor 96 7-3 Liability Insurance 96 7-4 Workers' Compensation Insurance 96 7-5 Permits 97 7-6 The Contractor's Representative 98 7-7 Cooperation and Collateral Work 98 7-8 Project Site Maintenance 99 7-9 Protection and Restoration of Existing Improvements 101 7-10 Public Convenience and Safety 101 7-11 Patent Fees or Royalties 108 7-12 Advertising 108 7-13 Laws to be Observed 108 7-14 Antitrust Claims 108 Section 8 Facilities for Agency Personnel 8-1 General 109 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 110 9-2 Lump Sum Work 110 9-3 Payment 110 9-4 Bid Items 113 •--1- Revised 6/12/18 Contract No.6037 Page 4 of 167 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Section 200 200-1 200-2 Section 201 201-1 201-3 Section 203 203-6 203-11 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 210 210-1 210-3 Section 214 214-5 Section 215 215-1 PART 3 Section 300 300-1 300-13 Section 302 Section 307 Section 310 310-7 Construction Materials Rock Materials Rock Products 114 Untreated Base Materials 115 Concrete, Mortar and Related Materials Portland Cement Concrete 116 Expansion Joint Filler and Joint Sealants 117 Bituminous Materials Asphalt Concrete 118 Asphalt Rubber Hot Mix (ARHM) Wet Process 119 Lumber and Treatment with Preservatives Lumber and Plywood 119 Miscellaneous Metal Items Traffic Signs 119 Light Gage Steel Tubing and Connectors 122 Portable Changeable Message Sign 123 Paint and Protective Coatings Paint 124 Galvanizing 125 Pavement Markers Reflective Pavement Markers 126 Fencing Environmental Fencing 127 Construction Methods Earthwork Clearing and Grubbing 128 Storm Water Pollution Prevention Plan 129 Roadway Surfacing 129 Street Lighting and Traffic Signals 130 Painting Permanent Signing 130 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 130 313-2 Temporary Traffic Signing 131 313-3 Temporary Railing (Type K) and Crash Cushions 131 IPW t ml —1- Revised 6/12/18 Contract No.6037 Page 5 of 167 313-4 Measurement and Payment 132 Technical Specifications 133 TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS DIVISION 02 — SITE WORK 02050 Demolition 02110 Clearing, Grubbing, and Stripping 02140 Dewatering 02200 Earthwork 02223 Trenching, Excavation, Backfilling, and Compacting (completed by City Stds.) 02232 Preparation of Pavement Subg rade 02240 Soil Stabilization 02270 Erosion Control 02273 Rip-Rap 02340 Boring and Jacking Steel Casing (see City Std. section 15125) 02490 Precast Concrete Manholes and Vaults 02506 Concrete Wheel Bumpers 02517 Portland Cement Concrete Paving 02527 Concrete Driveway, Sidewalk, Curb and Gutter 02530 Pavement Marking and Signs 02542 Underdrains 02550 Asphalt Concrete Pavement and Base 02556 Reinforced Concrete Pipe (ASTM C76) 02595 Small Polyvinyl Chloride Non-Pressure Pipe Rubber Joints (ASTM D3034) 02623 Microtunneled Pipe 02730 Sanitary Sewer System Testing 02810 Landscape Irrigation Systems 02830 Chain Link Fence and Gate(s) 02900 Landscaping DIVISION 03 — CONCRETE 03100 Concrete Formwork 03200 Reinforcement Steel 03290 Joints in Concrete 03300 Cast-in-Place Concrete (Renumber City Std.) 03315 . Grout 03360 Pneumatically-placed Concrete 03370 Concrete Curing 03400 Precast Concrete 03740 Concrete Repair DIVISION 04 — MASONRY 04230 Reinforced Concrete Block Hollow Unit Masonry t Or- Revised 6/12/18 Contract No.6037 Page 6 of 167 DIVISION 05 — METALS 05120 Structural Steel 05500 Miscellaneous Metalwork 05520 Aluminum Railings DIVISION 06 — WOOD AND PLASTICS 06100 Rough Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 07190 Vapor Retarder 07920 Sealants and Caulking DIVISION 08 — DOORS AND WINDOWS DIVISION 09 — FINISHES 09800 Protective Coatings 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines (completed by City std.) 09900 Painting and Coating (completed by City std.) 09902 Petrolatum Wax Tape Coating (completed by City std.) DIVISION 10 — SPECIALTIES DIVISION 11 — EQUIPMENT DIVISION 12 — FURNISHINGS DIVISION 13 — SPECIAL CONSTRUCTION DIVISION 14 — CONVEYING SYSTEMS DIVISION 15 — MECHANICAL 15000 General Piping System and Appurtenances 15041 Disinfection of Piping 15044 Hydrostatic Testing of Pressure Pipelines 15056 Ductile-Iron Pipe and Fittings 15057 Copper Tubing, Brass and Bronze Pipe Fittings 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 15064 Polyvinyl Chloride (PVC) AWWA C-900 Pressure Pipe 15066 Polyvinyl Chloride (PVC) AVVWA C-905 Pressure Pipe 15074 Blowoff Assemblies 15092 Miscellaneous Couplings, Pipe and Appurtenances 15099 Process Valves, Regulators and Miscellaneous Valves 15100 Resilient Wedge Gate Valves (RWGV's) 15102 Butterfly Valves (BFV's) 15105 Check Valves Revised 6/12/18 Contract No.6037 Page 7 of 167 15108 Air Release Valve, Air and Vacuum Valve and Combination Air Valve Assemblies (Sewage Air Release Valve?) 15110 Plug Valves 15112 Backflow Prevention Assemblies 15121 Open Trench Casing 15125 Jacked Pipe Casing 15139 Fire Hydrants 15140 Relocate Fire Hydrants and Water Meters DIVISION 16 — ELECTRICAL 16560 Traffic Signals, Lighting, and Traffic Electrical Systems 16640 Cathodic Protection by Sacrificial Anodes DIVISION 17 — INSTRUMENTATION AND CONTROL an Nor Revised 6/12/18 Contract No.6037 Page 8 of 167 CITY OF CARLSBAD CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on May 4, 2021, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carls- badca.qov/services/depts/finance/contractinq/default.asp, for performing the work as follows: CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 BID NO. PWS21-1420TRAN ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: https://www.carlsbadcasiov/services/depts/finance/contractina/default.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City's bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IF addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic bidding system is responsible for bid tabulations. Upon the bidder's or proposer's entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the •Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. 1% --,- Revised 6/12/18 Contract No.6037 Page 9 of 167 RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal's General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant *Tv tle —T- Revised 6/12/18 Contract No.6037 Page 10 of 167 to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris- diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the technical specifications and provisions as approved by the City Council of the City of Carlsbad on file with the Transportation Depart- ment. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc. all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1.Contractor's Proposal 2.Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Orig- inal) within two (2) business days of bid Opening / three (3) Apparent Low Bidders. 3.Noncollusion Declaration 4.Designation of Subcontractor and Amount of Subcontractor's Bid 5.Bidder's Statement of Technical Ability and Experience 6.Acknowledgement of Addendum(a) 7.Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8.Bidder's Statement Re Debarment 9.Bidder's Disclosure of Discipline Record 10.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be Revised 6/12/18 Contract No.6037 Page 11 of 167 uploaded to the City's eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low-bidders are required to submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-re- sponsive. Due to COVID-19, the City of Carlsbad offices are closed to the Public. Bidder's Bid Bond (Origi- nal) will be accepted via USPS, UPS or any other courier service during regular business hours. ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $270,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A, C-45 ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and sub- mitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS All sign locations and technical specifications are included in this bid document. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the draw- ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given t 4P-S•t a —7- Revised 6/12/18 Contract No 6037 Page 12 of 167 by any agent, employee or contractor of the City of Carlsbad except as hereinbefore spec- ified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.lordancarlsbadcamov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. The cutoff date to submit questions regarding this project is 5 p.m. on April 15, 2021. No questions will be entertained after this date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding the project by April 22, 2021. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pur- suant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. tat —1- Revised 6/12/18 Contract No.6037 Page 13 of 167 PRE-BID MEETING A pre-bid meeting and tour of the project locations will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General Pro- visions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1)An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1)Have a rating in the most recent Best's Key Rating Guide of at least A-:VI I 2)Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated above for all insurance companies. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. ae. ur• Revised 6/12/18 Contract No.6037 Page 14 of 167 The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2021-054, adopted on the 16th day of March 2021. March 22, 2021 Date Graham Jordan, Deputy Clerk twat — r- Revised 6/12/18 Contract No.6037 Page 15 of 167 CITY OF CARLSBAD CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No.6037 in accordance with the Technical Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: REFLECTIVITY SIGN REPLACEMENTS Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) 444 EA $ 115.00 $ 51,060.00 158 EA $ 110.00 $ 17,380.00 527 EA $ 65.00 $ 34,255.00 Item No. Description 1 Remove existing Stop sign from current mount (e.g. pole) and provide and install new Stop signs (R1-10). One hundred fifteen dollars (Unit Price in Words) 2 Remove existing Keep Right signs from current mount and provide and install new Keep Right signs (R4-7). One hundred ten dollars (Price in Words) 3 Remove existing No Parking Bike Lane signs from current mount and provide and install new No Parking Bike Lane signs (R7-9a). Sixty five dollars (Unit Price in Words) U r" Revised 6/12/18 Contract No.6037 Page 16 of 167 Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) 230 EA $ 65.00 $ 14,950.00 222 EA $ 110.00 $24,420.00 100 EA $ 110.00 $ 11,000.00 Item No. Description 4 Remove existing Yellow warn- ing signs from current mount and provide and install new Yellow warning signs (0M1-3). Sixty five dollars (Unit Price in Words) 5 Remove existing Speed Limit signs from current mount and provide and install new Speed Limit signs (R2-1). One hundred ten dollars (Unit Price in Words) 6 Remove existing signs from current mount and provide and install new sign (varies, see list). One hundred ten dollars (Unit Price in Words) Total amount of bid in words: One hundred fifty three thousand and sixty five dollars Total amount of bid in numbers: $ 153,065.00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 1069303 , classification C61/042 which expires .1k . Revised 6/12/18 Contract No.6037 Page 17 of 167 on September 30, 2022 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1.That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2.That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bid Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-in- surance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. 40V f 0 "r- Revised 6/12/18 Contract No.6037 Page 18 of 167 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1)Name under which business is conducted N/A (2)Signature (given and surname) of proprietor (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted N/A (2)Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail %AI —1- Revised 6/12/18 Contract No.6037 Page 19 of 167 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted RCB Enterprise Inc. dba: Gridlock Sign & Safety Solutions (2) (Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4)Place of Business 30749 Point Woods Ct. (Street and Number) City and State Temecula, CA (5)Zip Code 92591 Telephone No. 6199332063 (6)rebecca@gridlocksafety.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Rebecca Buchholz President Cory Buchholz Secretary Ofr Are. Or- Revised 6/12/18 PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR „. NOTARY PUBLIC SEAL ,T) 511)3/2V24 Contract No.6037 Page 20 of 167 JOYTI RANI PATEL Notary Public - California Riverside County Commission # 2249238 `4coro,A My Comm. Expires Jul 8, 2022 Place Notary Seal Above Signature a:17-3C/ ignature of Notary Public OPTIONAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 1 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the 1 document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 41 -erS d-e , On M0.1 03, 2.02-1 Date before me, 'a-0'3+i Parlty4et 1\1 0 17A r u Here Insert Name and Title o the Officer personally appeared Re. be Q. e, a Bu ch ho ia ,..._-- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence Ito be the person* whose name(1)61are it _e_ri.tt)eit'authorized capacityft and that by..4k/het-eir.signature(%) on the instrument the person* , subred to the within instrument and acknowled9c_cl to me y executed the same in s/ or tie entity upon behalf of which the person( 4 acte, exec4ed the instrument. I certify un6er PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and. correct. WITNESS My hand and official seal. Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ?Ad Prz?oso,i Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: Cl Corporate. Officer — Title(s): •Partner — El Limited D General ! Individual Cl Attorney in Fact :I= Trustee i Guardian or Conservator Cl Other: Signer Is Representing: Signer's Name: I Corporate Officer — Title(s): Cl Partner — Limited TJ Genera! Ti Individual Cl Attorney in Pict I Trustee Cl Guardian or Conservator El Other: Signer Is Representing: ©2015 National Notary Association • www.NationalNotaiyorg • 1-800-US NOTARY (1-800-876-6827) Item #5907 BID SECURITY FORM (Check to Accompany Bid) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insur- ance coverage within the stipulated time; otherwise, the check shall be returned to the under- signed. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to an- other bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall • be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) tdr. —1— Revised 6/12/18 Contract No.6037 Page 21 of 167 SIGNED AND SEALED, this 30th day of RCI3 Enterprise, lnc. dba Gridlock Sign and Safety Solutions SEAL) (Signature) Rebecca Buchholz / President April , 20 21 American Contra By: mnity Company (SEAL.) igna ure) Bid bond no. BB2014780 BIDDER'S BOND TO ACCOMPANY PROPOSAL CAM UTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 KNOW ALL PERSONS BY THESE PRESENTS: That we, ROB Enterprise, Inc dba: Gridlock Sign and Safety Solutions , as Principal, and American Contractors Indemnity Company , as Surety are held and firmly bound untolhe City of Carlsbad. California. in an amount as follows: (must be at least ten percent (10%) of the bid amount) $18,000.00 for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: CAM UTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 in .the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Paul S. Dito, Attorney-In-Fact (Print Name/Title) (Print Name/Title) PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL ci Sle.:3 40 al 17, tau" -r" Revised 6/12/18 Contract No.6037 Page 22 of 167 (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWE City Attorney By: stant City Attorney WITNESS M. y hard and official seal. OPTIONAL 111264 ignature of Notary Public Signature CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 i I A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, — State of California County of i2-W.Cf ) On itkCk,k-‘ B r 202-{ before me, k..1•"; \-) Date Here Insert Name and Title the Officer personally appeared g.,17eCC61 v-hhoi •2- Name(s) of Signer(s) . who proved to me on the basis of satisfactory evidence to be the perAon(s) whose nameN6aoe subscribed to the within instrument and acknowledW to Me that he/60**y executed the same in 'eWtt•re•tr authorized capacity* *and that by ni.rherAliet—r signature(s) on the instrument the person*, ' or t 6-entity upon behalf of which the person* acted, executed the instrument. I certifs./ under PENALTY OF PERJURY under the laws of the 'State of California that the foregoing paragraph is true and, correct. „.„,..,..ry.. .,_ JOYTI RANI PATEL .s ..,_, 1..r:; Notary Public - California x ,..,. . Rive,side County T. _ Commission if 2249238 My Comm. Expires Jul 8, 2022 Place Notary Seal Above Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: epl ar3. S Document Date: Signer(s) Other Than Named Above: (scom-c->co-\\/ Pro Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): 7 Partner — 7 Limited General ..! Individual -.1 Attorney in Fact Trustee 1 Guardian or Conservator :I Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — 7 Limited 7 General Individual : .j Attorney in Fact Trustee It Guardian or Conservator Other: Signer Is Representing: ©2015 National Notary Association • www.NationalNotary.org • 1-80.0-US NOTARY (1-800-876-6827) Item 45907 April 2021 Kio Lo, As nt Secretary TOKIO MARI NE HC C POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, PAUL S. DITO its true and lawful Attorney-in-Fact, with full authority to execute on its behalf bond number BB2014780 issued in the course of its business and to bind the Company thereby, in an amount not to exceed Twenty thousand and 00/100 $20,000.00 ). This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of September, 2011. "Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved; that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attorney-in-Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on this 1st day of June, 2018. 41!0„ .,.. •,,,*.c...,, ........... ,...?„47..,..., i.zzi \S% ..., 4conFoRATE ..L „ sol.m. 1.9 : -., .,- :----- 1>.-- , .*•.• -...* -,... , „ ......... -',..: ,?i,f II( AMERICAN CONT ACTORS INDEMNITY COMPANY 1 7 State of of California County of Los Angeles :vs By: Ada S. Pessin, President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On this 1st day of June, 2018, before me. Sonia 0. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. Signature I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have hen revoked and they are now in full force and effect. INIAO. CAUCA te. rek., - „ Ccvnly (seal) My =41=m, IN WITNESS WHEREOF, I have hereunto set my hand this 30th day of Bond No. BB2014780 Agency No. 4046 ,0111111111114, \\"<it.p.CTo,RoN, 'cV" 7.; 9 INCORPORATED : C4 SEPT. 25.1990 i •.... • *" HCCSZZPOAACIC06;2018 visit tmhcc.com/surety for more information CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 4( 1 30 / zo 2-1 before me, K. Ho, Notary Public Date Here Insert Name and Title of the Officer personally appeared Paul S. Dito Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(x) whose name(t) is/ape subscribed to the within instrument and acknowledged to me that he//t14 4 executed the same in his/hew/link authorized capacity(ba), and that by his/herittek signature( on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. K. HO Notary Public • California Orange County Commission # 2262101 My Comm. Expires Nov 7, 2022 WITNESS my hand and official seal. Signature Signatur of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document„ Title or Type of Document: Bond if p57 D14-1780 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Paul S. Dito D Corporate Officer — Title(s): F.1 Corporate Officer — Title(s): Partner — 0 Limited El General n Partner — 0 Limited Li General E: Individual IC Attorney in Fact I Individual 11 Attorney in Fact E Trustee LI Guardian or Conservator El Trustee rl Guardian or Conservator Other: Li Other: Signer's Name: Signer Is Representing: OM_ Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and 'Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Ili- Revised 6/12/18 Contract No.6037 Page 23 of 167 Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. 4P.S• tat —1- Revised 6/12/18 Contract No.6037 Page 24 of 167 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor's License No. and Classification Amount of Work by Subcontractor in Dollars* N/A N/A N/A N/A N/A N/A A I TAGFIEDIJOGIO\J SEE. ENT Page 1 of 1 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 4/"Se %W. Revised 6/12/18 Contract No.6037 Page 25 of 167 SIGN & SAFETY SOLUTIONS PO Box 890516, Temecula, CA 92589 • (619) 933-2367 • License #1069303 May 3, 2021 CAMUTCD Retro-Reflectivity Street Sign Replacement Program Contract No.: 6037 Bid No.: PWS21-1420TRAN RE: Designation of Subcontractors To Whom It May Concern: Gridlock Sign & Safety Solutions will be self-performing 100% of the work. We will not be using subcontractors. In addition, this project will be completed by Gridlock as an owner/operator without the use of employees, thus we are not subject to Workers Compensation. Gridlock is a certified SB-PW (see attached certification #2022349) and will have no problems performing this work. Please contact me with questions or concerns at (619) 933-2367 or by email at cory@gridlocksafetv.com, thank you. Sincerely, Cory Buchholz Vice President / Secretary PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL 3-7 C5(o312,024 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the I document to which this certificate is attached, and not the truthfulness, accuracy. or validity of that document. State of California County of c•-\\Ierkle 2-01 before me, —10\1'h Date Here Insert Name and Title of the'Officer personally appeared C : who proved to me on the basis of satisfactory evidence to be th person(s) whose name($)0ar.e s scribed to the within instrument and acknowledged to me that hOslae/4-14ey executed the same in hi-S"'TherA4neir authorized capacity(ie4), and that biheleir signature $ on the instrument the person(*, or the entity upon behalf of which the person 0r) ac ed, executed the instrument. On _Ma, arq F6v Onho z_ — Name(s) of Signer(s) I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and,correct. WITNESS my hançl and official seal. Signature Ignature of Notary Public JOYTI RANI PATEL Notary Public - California Riverside County Commission it 2249238 My Comm. Expires Jul 8, 2022 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 1->e'Sckjiy 0 Document Date: 0 14) 2-02,j Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): !: Partner — ! Limited 7 General _ Individual ; i Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: ©2015 National Notary Association • www.NationalNotary.org • 1-BOO-US NOTARY (1 -800-876-6827) Item 45907 Number of Pages: Signer's Name: Corporate Officer — Title(s): ; Partner — ! Limited ! General :2 Individual Attorney in Fact 7.; Trustee E=-; Guardian or Conservator ; Other: Signer Is Representing: Printed on: 4/29/2021 9:14:08 PM To verify most current certification status go to: https://www.caleprocure.ca.gov DES GENERAL SERV:GEE, Office of Small Business & DVBE Services Certification ID: 2022349 Legal Business Name: RCB Enterprise, Inc. Doing Business As (DBA) Name 1: Gridlock Sign & Safety Solutions Doing Business As (DBA) Name 2: Address: PO Box 890516 Temecula CA 92589 Email Address: rebecca@gridlocksafety.com Business Web Page: Business Phone Number: 619/933-2063 Business Fax Number: Business Types: Construction , Non-Manufacturer , Service Certification Type Status From To SB(Micro) Approved 01/07/2021 01/31/2023 SB-PW Approved 01/07/2021 01/31/2023 Stay informed! KEEP YOUR CERTIFICATION PROFILE UPDATED! -LOG IN at Ca leProcure.CA.GOV Questions? Email: OSDSHELP@DGS.CA.GOV Call OSDS Main Number: 916-375-4940 707 3rd Street, 1-400, West Sacramento, CA 95605 Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Amount of Contract Type of Work SEE ATTA CHED DOC UMENT BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. V.,411 101, Revised 6/12/18 Contract No.6037 Page 26 of 167 Please contact me with questions or concerns at (619) 933-2367 or by email at cory@gridlocksafetv.com, thank you. Sincerely, PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL Cory Buchholz Vice President / Secretary SIGN & SAFETY SOLUTIONS PO Box 890516, Temecula, CA 92589 • (619) 933-2367 • License #1069303 May 3, 2021 CAMUTCD Retro-Reflectivity Street Sign Replacement Program Contract No.: 6037 Bid No.: PWS21-1420TRAN RE: Statement of Experience To Whom It May Concern: Gridlock Sign & Safety Solutions is a recently founded company by Cory & Rebecca Buchholz. I have 17 years experience in the sign installation industry while employed by a company called Statewide Safety Systems (aka. Statewide Traffic Safety & Signs). I held positions as Branch Manager, Project Manager/Dispatcher, Estimator, Billing Clerk and Inside Sales while with Statewide. A few of the more recent projects that I completed are: Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract Nov. 2020 Statewide Safety Systems 13755 Blaisdell Pl. Poway, CA 92064 Frank Aguilera (619) 240-0284 Caltrans Roadside Sign Replacement Project #11-425004 $1.562 Million Dec. 2020 Flatiron — Skanska —Stacy Wetbeck Joint Venture 1-5, Manchester Ave., Encinitas, CA Philip Bertch (619) 787-7814 Caltrans Construction Area Signs and Roadside Sign Installation Project # 11-2T2174 $186,731.00 Oct. 2020 Hazard Construction 10529 Vine St. Lakeside, CA 92040 Pete Shultz (619)571-1271 Caltrans Construction Area Signs and Roadside Sign Installation 11-420104 $314,101.00 I have extensive experience with various Public Works Projects, including the management of time, materials, labor compliance, billing, estimating and safety compliance. Gridlock will have no problems performing all required tasks according to specifications given on this project. On MOM. 0_31_2Sai before me, -1 Date personally appeared co Here Irlsert Name and Title of the Officer r 13 &ilk) 0 2 Name(s) of Signer(s) JOYTI RANI PATEL Notary Public - California Riverside County 1. — Commission # 2249238 i My Comm. Expires Jul 8, 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of g)‘ 9,1S0e who proved to me on the basis of satisfactory evidence to be the •erson(6) whose name%) ar-e subscribed to the within instrument and acknow ged to me tha y executed the same in orithcir authorized capacity(, and that by is, heatIgistr signature($ on the instrument the person, the entity upon behalf of which the person) ac ed, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han9 and official seal. Signature Vggnature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document' Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): 11 Corporate Officer — Title(s); Partner — 7 Limited F General E Partner — E.; Limited D General Individual E Attorney in Fact II? Individual T: Attorney in Fact TI Trustee T..; Guardian or Conservator Trustee Guardian or Conservator I Other: 7._1 Other: Signer Is Representing: Signer Is Representing: ©2015 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 0-r Number of Pages: BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1)Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability izl Automobile Liability Et Workers Compensation --7 Jr (se,e, n‘bteteei( Z;4 Employer's Liability 2)Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. .1k te4, Revised 6/12/18 Contract No.6037 Page 27 of 167 CONTACT NAME: David S. Grayson (619)283-9999 PHONE INC. No. E tl- 619)282-5484 IFA/ACX, No): ( E-MAIL ADDRESS: dsg@uinsureit.com ACCPRE1 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DEVYYTY) 06/07/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER , California Brokerage Insurance Associates 333 H St. Suite 5000 Chula Vista, CA 91910 License #: 0B86513 INSURED RCB ENTERPRISE INC DBA GRIDLOCK SIGN & SAFETY SOLUTIONS 30749 Point Woods Ct Temcula, CA 92591 COVERAGES CERTIFICATE NUMBER: 00013051-118598 REVISION NUMBER: 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL LTR TYPE OF INSURANCE INSD SUBR VVVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MWDDNYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY Y N NN1275151 06/04/2021 06/04/2022 EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED i CLAIMS-MADE I jj ( OCCUR PREMISES (Ea occurrence $ 100 000 MED EXP (Any one person) S 5,000 PERSONAL & ADV INJURY S 1,000 000 GEN'L AGGREGATE LIMIT APRUES PER: GENERAL AGGREGATE S 2,000 000 X PRO- POLICY .JEci- 7 LOC PRODUCTS - COMF1OP AGG S 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y N 504610157849001 05/28/2021 05/28/2022 (CealacciNidEeDntrGLE LIMIT $ I 000 000 X ANY AUTO BODILY INJURY (Per person) $ OWNED . AUTOS ONLY A I , SCHEDULED AUTOS BODILY INJURY (Per accident) $ X. FL% ONLY X 1 lisiktjtOA NNU PROPERTY DAMAGE Apar accident) $ $ A x UMBRELLA LIAB X OCCUR Y N AN1241190 06/04/2021 06/04/2022 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED I RETENTIONS $ WORKERS COMPENSATION PER I OTH- AND EMPLOYERS' LIABILITY Y / N STATUTE J ER ANY PROPRILTOR/PAH I NER/EXECUTIVE 1 1 0I-FICER/NIEMBER EXCLUDED? N IA E.L. EACH ACCIDENT $ (Mandatory in NH) Et. DISEASE - EA EMPLOYEE $ If yes. describe under DESCRIPTION OF OPERATIONS below EL. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS 7 LOCATIONS ) VEHICLES (ACORD 11:11, Additional Romarks Schedule, may be attached if more space is required) The City of Carlsbad has been added as an additional Insured. An Excess Liability Policy in the amount of $2,000,000 has been included, and goes over the General and Auto Liability. 30 Day Notice of Cancellation required for ALL policies. 10 Day Notice of cancellation as respects to non-payment of premium. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESEN I'VE D • , €9:1/14764/ (DSG) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by DSG on June 07, 2021 at 08:20PM INSURER(S) AFFORDING COVERAGE NAIC # 524210 INSURER A: Nautilus Insurance Company Infinity Select Insurance Company INSURER B • INSURER C 20260 INSURER D INSURER E: INSURER F POLICY NUMBER: NN12 75151 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations of Carlsbad/CMWD, c GIS Insuran li ervices P.O. Box u ' CA 92564 Various locations in Carlsbad Installation of signs THE CITY OF CARLSBAD, ITS OFFICIALS AND EMPLOYEES 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc.. 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ARTISAN CONTRACTOR EXTENSION - ADDITIONAL INSURED - WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. ADDITIONAL INSURED - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT 1. Section II - Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a.Your acts or omissions; or b.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: a.Only applies to the extent permitted by law; and b.Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A persons or organizations status as an additional insured under this endorsement ends when your operations for that additional insured are completed. 2. This insurance shall not apply to claims, "suits" or damages arising out of the acts, omissions or negligence of the additional insured(s). 3. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 4. The following is added to 4.a. of Other Insurance of Section IV - Commercial General Liability Conditions: The insurance afforded to the additional insured will be Primary Insurance and Noncontributory, but only if such claims, "suits" or damages arise out of the sole negligence of the Named Insured. L815 (10/19) Includes copyrighted material from Insurance Services Office, Inc., with its perrnission. Page 1 of 2 5. With respect to the insurance afforded to the additional insured, the following exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: a.All work on this project, including materials, parts, or equipment furnished in connection with such work (other than service, maintenance, or repairs), to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a.Required by the contract or agreement you have entered into with the additional insured; or b.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. B. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US The following is added to 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Commercial General Liability Conditions: We waive any right of recovery we may have against those who are added as additional insureds by this endorsement because of payments we make for injury or damage arising out of your ongoing operations or "your work" performed under a contract with them. This waiver applies only when you are solely negligent. This waiver shall not apply to claims, "suits" or damages arising in whole or in part out of the acts, omissions, or negligence of those added as additional insureds by this endorsement. All other terms and conditions remain unchanged. 11315 (10/19) Includes copyrighted material from Insurance Services Office, Inc., with its permission. Page 2 of 2 IL 00 17 11 98 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation 1. The first Named Insured shown in the Declara- tions may cancel this policy by mailing or de- livering to us advance written notice of cancel- lation. 2. We may cancel this policy by mailing or deliv- ering to the first Named Insured written notice of cancellation at least: a.10 days before the effective date of cancel- lation if we cancel for nonpayment of pre- mium; or b.30 days before the effective date of cancel- lation if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be ef- fective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be suf- ficient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declara- tions is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and rec- ords as they relate to this policy at any time during the policy period and up to three years afterward. D. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; b.Give you reports on the conditions we find; and c.Recommend changes. 2. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to in- surability and the premiums to be charged. We do not make safety inspections. We do not un- dertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a.Are safe or healthful; or b.Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or recom- mendations we may make relative to certifica- tion, under state or municipal statutes, ordi- nances or regulations, of boilers, pressure ves- sels or elevators. E. Premiums The first Named Insured shown in the Declara- tions: 1.Is responsible for the payment of all premiums; and 2.Will be the payee for any return premiums we pay. F. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named in- sured. If you die, your rights and duties will be trans- ferred to your legal representative but only while acting within the scope of duties as your legal rep- resentative. Until your legal representative is ap- pointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. IL 00 17 11 98 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 0 CERTIFICATE OF EXEMPTION WORKERS' COMPENSATION/EMPLOYERS' LIABILITY INSURANCE Rebecca Bucnholz President 1, , am the [insert name] [title] of RCB Enterprise Inc. RCB Enterprise Inc I hereby certify that [name of company] [name of company] has no employees and is not required by law to maintain workers' compensation or employers' ROB Enterprise Inc. liability insurance. Should employ any person [name of company] during the term of the Agreement with the City of Carlsbad for CAMUTCD Retro-Reflectivity Street Sign Replacement Program - Contract No. 6037 - PWS21-1420TRAI [description of project or work that is being contracted] then workers' compensation and employers' liability insurance will be obtained. Rebecca Buchholz [Name] President - RCB Enterprise Inc. [Title and name of company or corporation] BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 1)Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? ,/ yes no 2)If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: RCB Enterprise Inc. Rebecca Buchholz I President (print name/title) Page 1 of 1 pages of this Re Debarment form OS' Revised 6/12/18 Contract No.6037 Page 28 of 167 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1)Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? V yes no 2)Has the suspension or revocation of your contractor's license ever been stayed? V yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? VI yes no 4)Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5)If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of 1 pages of this Disclosure of Discipline form art v10 7 Revised 6/12/18 Contract No.6037 Page 29 of 167 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: ROB Enterprise Inc. (name of Contra tor) \ By: "V (si n here) Rebecca Buchholz / President (print name/title) Page 2 of 2 pages of this Disclosure of Discipline form Revised 6/12/18 Contract No.6037 Page 30 of 167 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 The undersigned declares: I am the President of RCB Enterprise Inc , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner- ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre- sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on May 3 20 21 at Carlsbad [city], CA [state]. Signature of Bidder %4$ Revised 6/12/18 Contract No.6037 Page 31 of 167 CONTRACT PUBLIC WORKS This agreement is made this day of , 2021, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and RCB Enterprise dba Gridlock Sign & Safety Solutions whose principal place of busi- ness is PO Box 890516, Temecula, CA 92589 (hereinafter called "Contractor"). City and Contractor agree as follows: 1.Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 (hereinafter called "project") 2.Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3.Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac- tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli- ance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5.Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work and is aware of those conditions. The Contract price includes payment for all work that 4. 164, . Revised 6/12/18 Contract No.6037 Page 32 of 167 29th June may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A.Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B.Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C.Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligi- bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accord- ance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contrac- tor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll rec- ords, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 41s, ,- Revised 6/12/18 Contract No.6037 Page 33 of 167 9.Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10.Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum lim- its indicted herein: a.Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b.Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c.Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required un- der this agreement with the exception of Workers' Compensation and Business Automobile Lia- bility Insurance contain, or are endorsed to contain, the following provisions. 41114 1.4V Revised 6/12/18 Contract No.6037 Page 34 of 167 a.The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com- pany affording general liability, and employers' liability coverage. b.The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c.Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d.Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C)Notice of Cancellation. Each insurance policy required by this agreement shall be en- dorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D)Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E)Waiver of Subrogation. All policies of insurance required under this agreement shall con- tain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F)Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G)Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the busi- ness of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H)Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and en- dorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. lk —r- Revised 6/12/18 Contract No 6037 Page 35 of 167 (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be in- cluded in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Pub- lic Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by ref- erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro- visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A)Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B)False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C)Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D)Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E)Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Con- tractor may be prevented from further bidding on public contracts for a period of up to five years. (F)Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G)Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcon- tractor from participating in future contract bidding. (H)Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. init CZ_ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, TISI Revised 6/12/18 Contract No.6037 Page 36 of 167 Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13.Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14.Security. Securities in the form of cash, cashier's check, or certified check may be substi- tuted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15.Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or sub- contractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursu- ant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16.Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. III HI III III IH III III III III IH III HI im t AwS Ur- Revised 6/12/18 Contract No.6037 Page 37 of 167 By: Geoff Patnoe, Assistant City Manager, ATTESas authorized by the City Manager Barbara Engleson, City Clerk pig Dept cierl (name of C tractor) (sign 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: RCB Enterprise Inc. dba: Gridlock Sign & Safety Solutions Rebecca Buchholz / President By: Cory Buchholz / Vice President (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER _.,... City Attorney ,i /.., ssistant City Attorney PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL -, Revised 6/12/18 Contract No.6037 Page 38 of 167 By: State of California County of k- Rdis3c 03-tcf. 061i C.J Here Insert Name and TM._ of the Officer cc BucKi ot-2_ Name(s) of Signer(s) alt ( (\k/vSt Cikr On C\ OVIL 3/ ,r2OPI Date personally appeared (AVka, e,otr before me, who proved to me on the basis of satisfactory evidence subscribe to the within instrument and acknowledged authorized capaci, and that b • or the enhfty upon behalf of wh the perso cted, to be the perso fine that 11hp./ aignatur on dte.d the -ument. whose nam executed the same nstrument the persin, (PALISO0 COmm.# 2342000 NOTARY PUBLIC-CALIFORNIA l ma I 4RSIDE CCUNTY " Yiffirs0 MY CON. EXP. JAN. 18, 2025 .4 Signature Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 : A notary- public or other officer completing this certificate verifies only the identity of the individual who signed the I i document to which this certificate is attached: and not the truthfulness, accuracy, or validity of that document. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and, correct. WITNESS my hand an eal. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document ool , Tac7tic. ‘13 c4,..e.s -ryCf Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacityfies) Claimed by Signer(s) Signer's Name: Signer's Name: .21 Corporate Officer — Title(s): ; 1 Corporate Officer — Title(s): 2 Partner — 2 Limited 7 General LT: Partner — El Limited El General •J Individual '0 Attorney in Fact .7 Individual El Attorney in Fict 7 Trustee 77 Guardian or Conservator Trustee F=7, Guardian or Conservator 7 Other: -Li Other: Signer Is Representing: Signer Is Representing: ©2015 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Premium Subject to Adjustment Based Bond No. 100576100 on Final Contract Price .Premium Included on Performance Bond LABOR AND MATERIALS BOND WHEREAS. the City of Carlsbad, State of California, has awarded to RCB Enterprise dba Gridlock Sign & Safety Solutions, (hereinafter designated as the "Principal"), a Contract for: CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, RCB Enterprise dba Gridlock Sign & Safety Solutions as Principal, (hereinafter designated as the "Contractor"), and American Contractors Indemnity Company as Surety, are held firmly bound unto the City of Carlsbad in the sum one hundred fifty-three thousand sixty-five Dollars ($153,065), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and admin- istrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop- ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. t Air. Ur- Revised 6/12/18 Contract No.6037 Page 39 of 167 day of June , 20 21 American Contractors Indemnity ComparTsEAL) (Surety) By: (Si Ariel T. Heredia, Attorney-in-Fact SIGNED AND SEALED, this 1st RCB Enterprise, Inc dba Gridlock Sign & Safety Solutions (SEAL) (Principal) By: ture) *c1)0(2.44.ek IglX1vINO (Print Name & tle) CELIA A. BRE City Attorney By: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: Assistant City Attorney PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL 4.1 Revised 6/12/18 Contract No.6037 Page 40 of 167 State of California County of On offisoc,, ftrcf ulotiC-/ v.eivsi before me, Date personally appeared Here Insert Name and Title of the Officer `6k'eeeo. ..lBjA1101 of Signer(s) Signature S/unai of Notary Public OPTIONAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ' ' • A notary public or other officer completing this certificate verifies only the i..:4,entity of the indiv!dual who signed the i document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. i who proved to me on the basis of satisfactory evidence to be the perso whose name - sub ibed to the within instrument and acknowled d to me that -tiaj. executed the same in thei-r-authorized capacityfies); and that by t-heir.s ig nature the instrument the persop(a)-7- ' or entity upon behalf of which the person ac exect4ed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and; correct. WITNESS My "Iola' seal. S K PALISOC Comm. # 2342000 NOTARY PUBLIC-CALIFORNIA VI RIVERSICE COkINTY Mr COM. EXP. As: 18 2025 "4 Place Notary Seal Above Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: LaboK ovIc t\lake)viat,S (42-P 46 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): 0 Corporate Officer — Title(s): T. Partner — •TI Limited T=1 General 0 Partner — 0 Limited 0 General Individual 0 Attorney in Fact F.: Individual 0 Attorney in Fact ▪Trustee 71 Guardian or Conservator 7 Trustee L] Guardian or Conservator Other: 0 Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item 45907 K. HO Notary Public - California Orange County Commission # 2262101 My Comm. Expires Nov 7, 2022 WITNESS my hand and official seal. Signature Signat e of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .ffaramedwilkstu A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On c \-1(NQ 2cc .L before me, K. Ho, Notary Public Date Here Insert Name and Title of the Officer personally appeared Ariel T. Heredia Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(x) whose name(t) is/aine subscribed to the within instrument and acknowledged to me that he/steitSogy executed the same in hisTheriblatit authorized capacity(tex), and that by his/beetle,* signature(x) on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document__ Title or Type of Document: Bond # IL)05-7(9- V...K) Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ariel T. Heredia Signer's Name: D Corporate Officer — Title(s): FI Corporate Officer — Title(s): (I Partner — I I Limited [.1 General Li Partner — Li Limited Li General (.1 Individual Attorney in Fact LI Individual El Attorney in Fact Li Trustee D Guardian or Conservator IT! Trustee Li Guardian or Conservator El Other: I 1! Other: Signer Is Representing: Signer Is Representing: gxgpm. 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 TOKIONIARINE H C C POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, ARIEL T. HEREDIA its true and lawful Attorney-in-Fact, with full authority to execute on its behalf bond number 100576100 issued in the course of its business and to bind the Company thereby, in an amount not to exceed Two hundred thousand and 00/100 ( $200,000.00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the lst day of September, 2011. "Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attorney-in-Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on this 15' day of June, 2018. 7r ,,,, , .... State of California County of Los Angeles z.- INCORPORATED = SEPT. 25.1990 : .„.3 61. ••... .... C;41. ii{511. 0:NO AMERICAN CONTRACTORS INDEMNITY COMPANY By: Adam S. Pessin, President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On this 1st day of June, 2018, before me, Sonia 0. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. Signature I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 1st day of June 2021 Bond No. 100576100 Agency No. 4046 Kb o Lo, Asis1nt Secretary HCCSZZPOAACIC06/2018 (seal) CAW:JO NtcofY P*1/4 • Calif,,,nia Lot Aq-A4tt Caonti Aky CMTI, Exams Apr 11, /Q11 CMPer.itile4 t 22:0479 Premium Subject to Adjustment Based Bond No. 100576100 on Final Contract Price Premium: $3,061.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, State of California, has awarded to RCB Enterprise dba Gridlock Sign & Safety Solutions, (hereinafter designated as the "Principal"), a Contract for: CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, RCB Enterprise dba Gridlock Sign & Safety Solutions as Principal, (hereinafter designated as the "Contractor"), and American Contractors Indemnity Company as Surety, are held firmly bound unto the City of Carlsbad in the sum one hundred fifty-three thousand sixty-five Dollars ($153,065), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and admin- istrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 41, 01- Revised 6/12/16 Contract No.6037 Page 41 of 167 (Signature) et-t. ture) Ariel T. Heredia, Attorney-in-Fact By: CELIA A. BREWER City Attorney By: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 1st day of June RCB Enterprise, Inc dba Gridlock Sign & Safety Solutions (SEAL) (Principal) (Surety) , 20 21 American Contractors Indemnity ComparTsEAL) (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: Assistant City Attorney PLEASE SEE ATTACHED ALL PURPOSE ACKNOWLEDGMENT WITH WORDING REQUIRED IN CALIFORNIA FOR NOTARY PUBLIC SEAL 1111fr Revised 6/12/18 Contract No.6037 Page 42 of 167 Signature of Notary Public OPTIONAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1 189 A notary public or other officer completing this certificate verifies oniy the identity of the individual who signed the i i document to which this certificate is attached, and not the truthfulness. accuracy, or validity of that document. State of Californi County of On du&t. 3, c200-1 Date before me, 6 tekoty./ Here Insert Name and Title of the Officer personally appeared ,e,be_ccok. 1.3Oc 161401 Name(s) of Signer(s) I ZA , who proved to me on the basis of satisfactory evidence to be the per- rif whose namisJac subscrbed to the within instrument and acknowled ed to me that she' bey-executed the s e in authorized capacity...tie* and that by /.their :signature n the instrument the perso entity upon behalf of which the person" executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and, correct. WITNESS my hand and official seal. S K PALISOC Comm.# 2342000 in NOTARY PUBLIC-CALIFORNIA VI RIVERSiDE COUNTY My COWL EXP. JAN. 18, 2025 '"1 Place Notary Seat Above Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Page Capacity(ies) Claimed by Signer(s) Signer's Name: Ti Corporate Officer — Title(s): Ti Partner — Ti Limited El General Individual 1._= Attorney in Fact Ti Truster. C Guardian or Conservator 71 Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): E Partner — Ti Limited C General -7 Individual CI Attorney in Fict 7 Trustee C Guardian or Conservator Other: Signer Is Representing: ©2015 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-878-6827) Item #5907 WITNESS my hand and official seal. Signature Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT waloamtittitisogs CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On , )c foe \I ea- C³D. 1 before me, K. Ho, Notary Public Date Here Insert Name and Title of the Officer personally appeared Ariel T. Heredia Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name* is/Got subscribed to the within instrument and acknowledged to me that he/abOttOgy executed the same in his/het/Omit authorized capacity**, and that by hisitssitheit signature %) on the instrument the person*, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. K.110 Notary Public - California *9 Orange County Commission # 2262101 My Comm. Expires Nov 7, 2022 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bond # S 1C)0 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ariel T. Heredia C Corporate Officer — Title(s): El Partner — U Limited El General D Individual KJ Attorney in Fact El Trustee 1 :1 Guardian or Conservator LI Other: Signer Is Representing: Signer's Name: 17 Corporate Officer — Title(s): Partner — E Limited L General 0 Individual n Attorney in Fact Trustee n Guardian or Conservator 1 Other: Signer Is Representing: ©2014 National Notary Association www.NationalNotary.org 1-800-US NOTARY (1-800-876-6827) Item #5907 IN WITNESS WHEREOF, American Contractors Indemnity Company President on this 1st day of June, 2018. ....... „ •.5.s r-itS -c. 4•D State of California County of Los Angeles . INCORPORATED SEPT. 25.1995 AMERICAN CONT ACTORS INDEMNITY COMPANY By: Adam S. Pessin, President TOKIOMARINE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, ARIEL T. HEREDIA its true and lawful Attorney-in-Fact, with full authority to execute on its behalf bond number 100576100 issued in the course of its business and to bind the Company thereby, in an amount not to exceed Two hundred thousand and 00/100 $200 000.00 ). This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of September, 2011. "Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attorney-in-Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. has caused its seal to be affixed hereto and executed by its A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On this 1st day of June, 2018, before me, Sonia 0. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. Signature (seal) NtC3PIPDNIk • CalfhvAla LAI Arnviirt OATIP, O<PRCS*De 21, LW tormetwx, 3.1)14411 j I, Kb o Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 1st day of Bond No. 100576100 Agency No. 4046 June 2021 Kit) Lo, As nt Secretary HCCSZZPOAACI(106/2018 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1.Pursuant to section 22300 of the Public Contract Code of the State of California, the Contrac- tor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE-PLACEMENT PROGRAM CONTRACT NO. 6037 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make pay- ments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2.The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3.When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu- rities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4.The Contractor shall be responsible for paying all fees for the expenses incurred by the Es- crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5.The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 41F.,, t i —1- Revised 6/12/18 Contract No.6037 Page 43 of 167 6.Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 7.The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8.Upon receipt of written notification from the City certifying that the Contract is final and com- plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9.The Escrow Agent shall rely on the written notifications from the City and the Contractor pur- suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu- rities and interest as set forth above. 10.The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title For Escrow Agent: Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. • -w Revised 6/12/18 Contract No.6037 Page 44 of 167 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title Name Signature Address For Escrow Agent: Title Name Signature Address —r- Revised 6/12/18 Contract No.6037 Page 45 of 167 Bidder's Signature C City of Carlsbad April 16, 2021 ADDENDUM NO.1 RE: PWS21-14.20TRAN: CAMUTCD Retro-Reflectivity Street Sign Replacement Program Please include the attached addendum in the submittal you have for the above project. This addendum--receipt acknowledged--must be included to your proposal when your proposal is submitted. Gmhake joi4an GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD CAMUTCD Retro-Reflectivity Street Sign Replacement Program Contract No. 6037 Bid No. PWS21-1420TRAN Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages (including this page) Date: April 16, 2021 Bid Opening Date: May 4, 2021 - 11:00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS 1) Modify the Specialty Contractors: Acceptable License Types section on page 12 to read as follows: SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A or C-45 or C61/D42. Contract No. 6037 — CAMUTCD Retro-Reflectivity Street Sign Replacement Program 1 Addendum No. 1 QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. Per the sign panel spec sheet #120 (206-7.1.2) it states that the City ID Information should be "Die-Stamped" into the aluminum. Does Carlsbad have an approved sign manufacturer they use for this method that already has the Carlsbad die-stamp? In addition, on sheet #135 it states that the City will be providing Identification "stickers" for the sign panels. Do both specs apply, or will it just be the "sticker" method? Both sign identification (sticker/decals or die-stamp) are approved methods. The current, preferred method is sticker/decal. The City of Carlsbad does not have an approved sign manufacturer with a die-stamp. Contract No. 6037 — CAMUTCD Retro-Reflectivity Street Sign Replacement Program 2 Addendum No. 1 GENERAL PROVISIONS FOR CAMUTCD RETRO-REFLECTIVITY STREET SIGN RE- PLACEMENT PROGRAM CONTRACT NO. 6037 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS — Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the ap- proval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. t ir- Revised 6/15/17 Contract No. 6037 Page 46 of 167 Addendum — Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency — The City of Carlsbad, California. Agreement— See Contract. Assessment Act Contract — A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base— A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid — The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder — Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board — The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond — Bid, performance, and payment bond or other instrument of security. City Council — the City Council of the City of Carlsbad. City Manager — the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract — A Contract financed by means other than special assessments. Change Order — A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code — The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager— the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract — The written agreement between the Agency and the Contractor covering the Work. Contract Documents — Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. 4Plfr tali, Revised 6/15/17 Contract No. 6037 Page 47 of 167 Contractor—The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" shall mean Contractor. Contract Price — The total amount of money for which the Contract is awarded. Contract Unit Price — The amount stated in the Bid for a single unit of an item of work. County Sealer — The Sealer of Weights and Measures of the county in which the Contract is let. Days — Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection — The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board — Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier — Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer — The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile — Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer — A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer — A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire — The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item — A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification — Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award — The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed — A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. t ai w. -1- Revised 6/15/17 Contract No. 6037 Page 48 of 167 Own Organization - When used in Section 2-3.1 — Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person — Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans — The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract — Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector — The Engineer's designated representative for inspection, contract admin- istration and first level for informal dispute resolution. Proposal — See Bid. Reference Specifications — Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway — The portion of a street reserved for vehicular use. Service Connection — Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer—Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications — General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard — The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans — Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications — The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State— State of California. Storm Drain — Any conduit and appurtenances intended for the reception and transfer of storm water. 410k Revised 6/15/17 Contract No. 6037 Page 49 of 167 Street— Any road, highway, parkway, freeway, alley, walk, or way. Subbase — A layer of specified material of planned thickness between a base and the subgrade. Subcontractor — An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade — For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision — Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement — A written amendment of the Contract Documents signed by both parties. Supplemental Provisions — Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety — Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne— Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility — Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work— That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. —1- Revised 6/15/17 Contract No. 6037 Page 50 of 167 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile — butadiene — styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve BAN Back of wall. C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second C I P Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DVVY APPR Driveway approach Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing Fahrenheit F&C Frame and cover F&I Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe --I- Revised 6/15/17 Contract No. 6037 Page 51 of 167 High or height HB Hose bib HC House connection HDVVL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas H PS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection I NV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAI NT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Non reinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant Radius R&O Rock and oil RAN Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HVVY State highway STA Station STD Standard SIR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard Telephone TAN Tangent TC Top of curb TEL Telephone 47. %AI —y- Revised 6/15/17 Contract No. 6037 Page 52 of 167 TF Top of footing VC Vertical curve TOPO Topography VCP Vitrified clay pipe TR Tract VERT Vertical TRANS Transition VOL Volume TS Traffic signal or transition structure VWD Vallecitos Water District TSC Traffic signal conduit Water, Wider or Width, as applicable TSS Traffic signal standard WATCH Work Area Traffic Control Handbook TW Top of wall WI Wrought iron TYP Typical WM Water meter UE Underground Electric WPJ Weakened plane joint USA Underground Service Alert XCONN Cross connection VAR Varies, Variable XSEC Cross section VB Valve box 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand- ard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 411P-V tal —i- Revised 6/15/17 Contract No. 6037 Page 53 of 167 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (pm) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft2) 0.0929 square meter (m2) 1 square yard (yd2) 0.8361 square meter (m2) 1 cubic foot (ft3) 0.0283 cubic meter (m3) 1 cubic yard (yd3) 0.7646 cubic meter (m3) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal • second (Pa - s) 1 centistoke (Cs) 1 square millimeters per second (mm2/s) 1 pound force (lbf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (VV) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F=(1.8x°C)+32 °C = (°F — 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) 103 centi (c) 10-2 milli (m) 10-3 micro (II) 10-6 nano (n) 10-9 pico (p) 10-12 1-6 SYMBOLS A Delta, the central angle or angle between tangents ▪Angle Percent Feet or minutes •Inches or seconds 1 Number per or (between words) •Degree PL Property line CL Centerline SL Survey line or station line 1% Revised 6/15/17 Contract No. 6037 Page 54 of 167 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether as- signed or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a)The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), which- ever is greater." "(b)The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. 4 rip' ,- Revised 6/15/17 Contract No. 6037 Page 55 of 167 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed- ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The deter- mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. ay. Ur- Revised 6/15/17 Contract No. 6037 Page 56 of 167 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1)An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-6.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica- tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter desig- nated "SSPWC", as amended. The construction plans consist of CAMUTCD standards, the Technical Specifications and General Provisions herein, Global ID spreadsheet, and the current edition of the "Greenbook" standards. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Depart- ment of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. 4Irk tat- -r- Revised 6/15/17 Contract No. 6037 Page 57 of 167 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci- fications and not shown on the Plans or shown on the Plans and not specified in the Specifica- tions, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, im- mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract 5. Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6. Plans. 7. Standards plans. a.Technical Specifications b.City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c.City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d.San Diego Area Regional Standard Drawings. e.Traffic Signal Design Guidelines and Standards. f.State of California Department of Transportation Standard Plans. g.State of California Department of Transportation Standard Specifications. h.California Manual on Uniform Traffic Control Devices (CA MUTCD). 8. Standard Specifications for Public Works Construction, as amended. 9. Reference Specifications. 10. Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. ink ta w. —1- Revised 6/15/17 Contract No. 6037 Page 58 of 167 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans- mittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label `4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submit- tals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1.Project title and Agency contract number. 2.Number of complete sets. 3.Contractor's certification statement. 4.Specification section number(s) pertaining to material submitted for review. 5.Submittal number (Submittal numbers shall be consecutive including subsequent submit- tals for the same materials.) 6.Description of the contents of the submittal. 7.Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Con- tract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 4P.S, tat Revised 6/15/17 Contract No. 6037 Page 59 of 167 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Num-Title Subject ber 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facili- ties Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Si nal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi- cations for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the sys- tem. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 4p-w —1- Revised 6/15/17 Contract No. 6037 Page 60 of 167 2.List of Materials per 4-1.4. 3.Certifications per 4-1.5. 4.Construction Schedule per 6-1. 5.Confined Space Entry Program per 7-10.4.4. 6.Concrete mix designs per 201-1.1. 7.Asphalt concrete mix designs per 203-6.1. 8.Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, man- ufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all ma- terials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Con- tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the .1k —1- Revised 6/15/17 Contract No. 6037 Page 61 of 167 monument before it is disturbed. The Contractor shall have the monument replaced by the Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the require- ments of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8h/2" by 11") paper. The field notes, calculations and support- ing data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monu- ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions where the curb is not being built as a part of this contract. Staking and marking shall be (PS' t ij —r- Revised 6/15/17 Contract No 6037 Page 62 of 167 completed by the Surveyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Re uirements for Construction Stakin Feature Staked Stake De- scription 0 Centerline or Parallel to Centerline Spec- ing®, () Lateral Spac- ing 43), 6 Setting Tolerance (Within) Street Centerline SDRS M-10 Monument £1000', Street Intersections, Begin and end of curves, only when shown on the plans on street cen- terline 0.02' Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible, £ 50' on tangents & < 25' on curves, Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Intervisible and £ 50' Grade Breaks & £ 25' 0.1' Vertical & Hori- zontal Fence RP + Marker Stake £ 200' on tangents,.£ 50' on curves when R³ 1000' & 25' on curves when R£ 1000' N/A (constant off- set) 0.1' Horizontal Rough Grade Cuts or Fills ³ 10 m (33') RP + Marker Stake £ 50' N/A 0.1' Vertical & Hori- zontal Final Grade (in- cludes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grad- ing area £ 50' on tangents & curves when R³ 1000' & £ 25' on curves when R £ 1000' < 22' 3/8" Horizontal & 1/4'' Vertical Asphalt Pave: merit Finish Course RP, paint on previous course £ 25 or as per the intersection grid points shown on the plan whichever provides the denser information edge of pave- ment, paving pass width, crown line & grade breaks 3/8" Horizontal & 1/4" Vertical Drainage Struc- tures, Pipes & similar Facili- ties0, 0 RP + Marker Stake intervisible & £ 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines as appropriate 3/8" Horizontal &1/4" Vertical Curb RP + Marker Stake £ 25', BC & EC, at %,6„1/26. & %,6, on curb returns & at beginning & end (constant off- set) 3/8" Horizontal & 1/4" Vertical Traffic Signal 0 Vertical locations shall be based on the ulti- mate elevation of curb and sidewalk Signal Poles & Controller 0 RP + Marker Stake at each pole & controller location as appropriate 3/8" Horizontal & 1/4" Vertical Junction Box 0 RP + Marker Stake at each junction box location as appropriate 3/8" Horizontal & 1/4" Vertical Conduit 0 RP + Marker Stake < 50' on tangents & curves when R> 1000' & £ 25' on curves when R £ 1000' or where grade £ 0.30% as appropriate 3/8" Horizontal & when depth cannot be measured from exist- ing pavement 1/4" Ver- tical 11Plif —I- Revised 6/15/17 Contract No. 6037 Page 63 of 167 Feature Staked Stake De- scription 0 Centerline or Parallel to Centerline Spac- ing®, V Lateral Spac- ing CD, CD Setting Tolerance (Within) Minor Structure 0 RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression 0 as appropriate 3/8" Horizontal & 1/4" Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake < 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Hori- zontal Wall 0 RP + Marker Stake + Line Point +Guard Stake -£ 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 1/4" Horizontal &1/4" Vertical Major Structure 0 Footings, Bents, Abut- ments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8" Horizontal & 1/4" Vertical Superstruc- tures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8" Horizontal & 1/4" Vertical Miscellaneous 0 Contour Grad- ing 0 RP + Marker Stake £ 50' along contour line 0.1' Vertical & Hori- zontal Utilities 0, 0 RP + Marker Stake £ 50' on tangents & curves when R³ 1000' & £ 25' on curves when R £ 1000' or where grade £ 0.30% as appropriate 3/8" Horizontal & 1/4" Vertical Channels, Dikes & Ditches 0 RP + Marker Stake intervisible & £ 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1' Horizontal & 1/4" Vertical Signs 0 RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1' Vertical & Hon- zontal Subsurface Drains 0 RP + Marker Stake intervisible & £. 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar fa- cilities as appropriate 0.1' Horizontal & 1/4" Vertical Overside Drains 0 RP + Marker Stake longitudinal location At beginning & end 0.1' Horizontal & 1/4" Vertical Markers 0 RP + Marker Stake for asphalt street surfacing £ 50' on tan- gents & curves when R³ 1000' & £ 25' on curves when R £ 1000'. At marker lo- cation(s) 1/4" Horizontal Railings & Bar- riers 0 RP + Marker Stake At beginning & end and < 50' on tangents & curves when R ³ 1000' & £ 25' on curves when R £ 1000' at railing & barrier loca- tion(s) 3/8" Horizontal & Verti- cal AC Dikes 0 RP + Marker Stake At beginning & end as appropriate 0.1' Horizontal & Ver- tical Box Culverts 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate 3/8" Horizontal & 1/4" Vertical Pavement Markers0 RP 200' on tangents, 50' on curves when R ³ 1000' & 25' on curves when R £ 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker loca- tion(s) 1/4" Horizontal 0 Stakina for feature may be omitted when adiacent marker stakes reference the offset and elevation of those fea- tures and the accuracy requirements of the RP meet the requirements for the feature C4 Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table CD Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto 01' ta w. Revised 6/15/17 Contract No. 6037 Page 64 of 167 e Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature O ³ means greater than, or equal to, the number following the symbol. £ means less than, or equal to, the number following the symbol. O The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Stakin Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, center- line, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, fi- nal grade, etc. Yellow Structure Bridges, Sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compen- sation for attendant survey work and no additional payment will be made. Payment for the re- placement of disturbed monuments and the filing of records of survey and/or corner records, in- cluding filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc- tions from the Engineer or an authorized representative. p if lir- Revised 6/15/17 Contract No. 6037 Page 65 of 167 The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engi- neer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors' performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Con- tractor's staff and the staff of all subcontractors to this contract. At any time during normal busi- ness hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relat- ing to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Con- tractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con- tractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. tat Revised 6/15/17 Contract No. 6037 Page 66 of 167 SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con- tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in- volved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con- formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 4P-S, Revised 6/15/17 Contract No. 6037 Page 67 of 167 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifica- tions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Con- tract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contrac- tor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices. per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise spec- ified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notifi- cation in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. -,- Revised 6/15/17 Contract No. 6037 Page 68 of 167 3-3.2.2 Basis for Establishing Costs. (a)Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equip- ment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Sec- tion 3-3.2.3 (a). (b)Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c)Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" pub- lished by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inci- dentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Con- tractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating rec- ommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. taw. —7- Revised 6/15/17 Contract No. 6037 Page 69 of 167 (d)Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Con- tractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e)Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor 20 2. Materials 15 3. Equipment Rental 15 4. Other Items and Expenditures 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Sub- contractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcon- tracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting doc- uments to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1.Show names of workers, classifications, and hours worked. 2.Describe and list quantities of materials used. 3.Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4.Describe other services and expenditures in such detail as the Agency may require. Revised 6/15/17 Contract No. 6037 Page 70 of 167 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: 1.Subsurface or latent physical conditions differing materially from those represented in the Contract; 2.Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per- formed; and 3.Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect perfor- mance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the hap- pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless re- tiO Revised 6/15/17 Contract No. 6037 Page 71 of 167 solved, must be restated as a claim in response to the City's proposed final esti- mate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim sub- sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1.Project Inspector 2.Construction Manager . 3.Deputy City Engineer, Construction Management & Inspection 4.City Engineer 5.City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 4P-S' Revised 6/15/17 Contract No. 6037 Page 72 of 167 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Sec- tion 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A)A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B)Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C)Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State Univer- sity, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, polit- ical subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i)The Department of Water Resources as to any project under the jurisdiction of that department. (ii)The Department of Transportation as to any project under the jurisdiction of that department. (iii)The Department of Parks and Recreation as to any project under the jurisdiction of that de- partment. (iv)The Department of Corrections and Rehabilitation with respect to any project under its juris- diction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v)The Military Department as to any project under the jurisdiction of that department. (vi)The Department of General Services as to all other projects. (vii)The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. twat —y- Revised 6/15/17 Contract No. 6037 Page 73 of 167 (C)If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the gov- erning body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D)Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dis- pute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for set- tlement of the dispute. (B)Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C)For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D)Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E)This section does not preclude a public entity from requiring arbitration of disputes under pri- vate arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public tu0) Revised 6/15/17 Contract No. 6037 Page 74 of 167 entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may re- quest in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be pre- sented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e)The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f)A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g)This section applies to contracts entered into on or after January 1, 2017. (h)Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its con- tractual obligations. (i)This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. I'e —T- Revised 6/15/17 Contract No. 6037 Page 75 of 167 (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifica- tions for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2)If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3)The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is g reater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2)If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3)The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (1) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (com- mencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject to this article: 4p-s, Revised 6/15/17 Contract No. 6037 Page 76 of 167 (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time re- quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce- dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2)Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap- pointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ- ent division. In no event shall these fees or expenses be paid by state or county funds. (3)In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis- puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. *IV t 01- Revised 6/15/17 Contract No. 6037 Page 77 of 167 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the gener- ally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be con- sidered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Spec- ifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Con- tractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be neces- sary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrica- tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta- ble upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to in- spection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety ink —1- Revised 6/15/17 Contract No. 6037 Page 78 of 167 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equip- ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require- ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after im- proper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. 4ps, tat Revised 6/15/17 Contract No. 6037 Page 79 of 167 Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made nec- essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica- tions and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any mate- rial, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, ap- pearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for propor- tioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Ink ay. U.- Revised 6/15/17 Contract No 6037 Page 80 of 167 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper- ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres- sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal- ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod- ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as de- fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting the implementation of a resolution process by com- mittee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledge- ment, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Con- tractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the coop- erative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may tat —7- Revised 6/15/17 Contract No 6037 Page 81 of 167 provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1.Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2.Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3.At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the inves- tigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertain- ing to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engi- neer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. —I- Revised 6/15/17 Contract No. 6037 Page 82 of 167 SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under- ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1.Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2.Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3.Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic pro- tection system is exposed or damaged by the Contractor's operations, the Contractor shall notify Revised 6/15/17 Contract No. 6037 Page 83 of 167 the Engineer and arrange to secure the advice of the affected utility owner regarding the proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por- tions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements be- fore commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor as provided in the Standard Specifications for Public Works Construction, Section 301-1.6. Utilities which are relo- cated in order to avoid interference shall be protected in their position and the cost of such pro- tection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and prop- erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3- 3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensa- tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing the relocation of the utility involved unless otherwise directed by the Engineer. 4.11.• tat *--1- Revised 6/15/17 Contract No 6037 Page 84 of 167 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail- able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden- tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. 4P-3* taj —I- Revised 6/16/17 Contract No. 6037 Page 85 of 167 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 30 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's man- agement personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the precon- struction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se- quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 4PS, tiole —T- Revised 6/15/17 Contract No. 6037 Page 86 of 167 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac- tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accu- rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. tjt Revised 6/15/17 Contract No. 6037 Page 87 of 167 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece- dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi- neer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro- visions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the cor- rections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6- 1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur- ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. tInk ad" —I- Revised 6/15/17 Contract No. 6037 Page 88 of 167 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resub- mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re- turning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Sec- tion 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan- tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list —1- Revised 6/15/17 Contract No. 6037 Page 89 of 167 and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Sched- ule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revi- sions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown in this document, Technical Specifications. The work generally includes removal of existing street signs together with fabrication and installation of new street signs, including required mounting hard- ware, installation of new street sign immediately follow removal of designated existing sign. The sign inventory within the City has been divided up into sign types. Work can be performed based on sign type or by Engineer approved phases at a time and schedule in order to facilitate inspection. Contractor shall submit a hard copy report in tabular format, electronically from the updated re- quired city inventory spreadsheet, weekly. The following information for work completed in the previous week: 0% —1- Revised 6/15/17 Contract No. 6037 Page 90 of 167 1.Sign ID, sign type and global location data 2.Installation/Replacement date (Month/Day/Year) 3.Sign height in feet and inches, and sign level, top sign being level 1, second from the top being level 2, and third from the top being level 3. 4.Document post modification (YIN) 5.Post type, and condition, and hardware used Upon completion of each week or approved phase, within 3 working days, Contractor shall submit an electronic version of the inventory for review by the Engineer. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Rep- resentative shall be the individual determined under Section 7-6, "The Contractor's Representa- tive". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar- chaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. tsj Revised 6/15/17 Contract No. 6037 Page 91 of 167 If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the prem- ises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Con- tractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-6 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own dis- cretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac- tor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Con- tractor will not be entitled to damages or additional payment due to such delays, except as pro- vided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Ex-tensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. t Or- Revised 6/15/17 Contract No. 6037 Page 92 of 167 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classi- fication of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reason- able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Con- tract for such portion. The Contractor shall diligently prosecute the work to completion within 90 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1.Saturday, 2.Sunday, 3.any day designated as a holiday by the Agency, 4.any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5.any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6.any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work out- side said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 1% -1- Revised 6/15/17 Contract No. 6037 Page 93 of 167 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indi- cate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com- pleted and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or perma- nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi- neer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of six hundred fifty dollars ($650.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that three hundred dollars ($300.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor /1/4.41. -,- Revised 6/15/17 Contract No. 6037 Page 94 of 167 operations or negligence. The Contractor will not be required to reclean such portions of the im- provement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any com- pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. —1- Revised 6/15/17 Contract No. 6037 Page 95 of 167 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with ap- plicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agree- ment on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes respon- sibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the re- maining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to un- dertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 1% -,- Revised 6/15/17 Contract No. 6037 Page 96 of 167 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Com- pensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contrac- tor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compen- sation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.2 Relations with the Railroad. 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Cor- poration (AMTRAK), herein after collectively referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. 7-5.2.2 Right of Entry Permit. It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit District Board, (The Board), prior to the commence- ment of any work. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor shall be required to make a deposit to NCTD. The deposit to NCTD will be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no 011, %I) Revised 6/15/17 Contract No. 6037 Page 97 of 167 additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 760-966-6504 760-754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. 7-5.2.4 Requirements for use of Railway Flaggers. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. The Contractor shall be re- sponsible for coordination with NCTD to schedule Railway Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor and subtracted from the deposit made to NCTD. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or per- son in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. Revised 6/15/17 Contract No 6037 Page 98 of 167 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for dam- ages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time exten- sion if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incom- plete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed imme- diately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Con- tractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 4011, tat Revised 6/15/17 Contract No. 6037 Page 99 of 167 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Verm in Control. At the time of acceptance, structures entirely constructed under the Con- tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em- ployees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with applicable City and California State Water Resources Control Board (SWRCB) permits and regulations for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all require- ments of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete. or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. tip-vt)• a Revised 6/15/17 Contract No. 6037 Page 100 of 167 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa- tions, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relo- cated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall install the required new replacement sign immediately upon removal of the existing sign. In no case shall streets remain unidentifiable, due to lack of signage, for a period of time longer than it takes to remove and replace the sign. No sign shall be removed unless the designated replacement sign is at the same location and immediately ready to be installed. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. t Revised 6/15/17 Contract No 6037 Page 101 of 167 Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal com- pany, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park- ing within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the af- fected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descrip- tion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the' Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du- rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam- ple of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of •-‘ t.,41 Revised 6/15/17 Contract No. 6037 Page 102 of 167 the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad- vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1. The Engineer 760-602-2720 2. Carlsbad Fire Department Dispatch 760-931-2197 3. Carlsbad Police Department Dispatch 760-931-2197 4. Carlsbad Traffic Signals Maintenance (extension 2937) 760-438-2980 5. Carlsbad Traffic Signals Operations 760-602-2752 6. North County Transit District 760-967-2828 7. Waste Management 760-929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor Revised 6/15/17 Contract No. 6037 Page 103 of 167 shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delin- eation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con- trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con- tractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be re- moved from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav- eled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in- cluding any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equip- ment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. The Contractor shall consider all related provisions of the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) when re- viewing and performing the work required of the project. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than allowable standards determined by the current edition of "Greenbook" and CAMUTCD standards and shall maintain safety buffer distance, nor operate equipment within 0.6 rn (2') from any traffic lane oc- cupied by traffic. For equipment the distance shall be measured from the closest approach of any te14: Revised 6/15/17 Contract No. 6037 Page 104 of 167 part of the equipment as it is operated and/or maneuvered in performing the work. This require- ment may be waived when the Engineer has given written authorization to the reduction in clear- ance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The pro- visions in this section will not relieve the Contractor from its responsibility to provide such addi- tional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the Cal- ifornia Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) most recently published by CALTRANS. Whenever the work causes oblite- ration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose mate- rial. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When tem- porary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 4111 tar. —1- Revised 6/15/17 Contract No. 6037 Page 105 of 167 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day re- view period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP sub- mittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. The TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices, latest edition. The TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Con- tractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are pro- vided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise statea in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. 01' t Ur- Revised 6/15/17 Contract No. 6037 Page 106 of 167 The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for - claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and con- tain procedures for safe entry into confined spaces, including, but not limited to the following: 1.Training of personnel 2.Purging and cleaning the space of materials and residue 3.Potential isolation and control of energy and material inflow 4.Controlled access to the space 5.Atmospheric testing of the space 6.Ventilation of the space 7.Special hazards consideration 8.Personal protective equipment 9.Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required con- fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and person- nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 411-W tat Revised 6/15/17 Contract No. 6037 Page 107 of 167 7-10.4.6 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contrac- tor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe- ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Na- tional laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the par- ties." IrSe I4 : Revised 6/15/17 Contract No. 6037 Page 108 of 167 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field facilities for Agency personnel are not required. .S• til. —1- Revised 6/15/17 Contract No. 6037 Page 109 of 167 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from meas- urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with dupli- cate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Stand- ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accord- ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it tal —1- Revised 6/15/17 Contract No. 6037 Page 110 of 167 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete AIM tar. —1- Revised 6/15/17 Contract No 6037 Page 111 of 167 the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engi- neer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If pay- ment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from re- maining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corre- sponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjust- ments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable Ank t U r" Revised 6/15/17 Contract No. 6037 Page 112 of 167 time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state- ment required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex- pense. —I- Revised 6/15/17 Contract No. 6037 Page 113 of 167 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to fur- nish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percentage Type A Passing Type B 50-mm (2") --- 100 37.5-mm (11/2") --- 95-100 19-mm (3/4") 100 50-100 12.5-mm CO 95-100 --- 9.5-mm (3/8") 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-pm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1") 100 19-mm (3/4") 90-100 9.5-mm (3/8") 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-pm (No. 30) 5-15 300-pm (No. 50) 0-7 75-pm (no. 200) 0-3 TU4V Revised 6/15/17 Contract No. 6037 Page 114 of 167 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Cal- trans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from or- ganic matter and other deleterious substances and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include ma- terial processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Sieve Sizes 2" 11/2" Operating Range 100 90-100 Operating Range — — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent • 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the En- gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any Revised 6/15/17 Contract No. 6037 Page 115 of 167 moneys due, or that may become due, the Contractor under the contract. If both the aggregate grad- ing and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (2) (560-C-3250) (1) Trench Backfill Slurry 115-E-3 200 (8") (190-E-400) Street Light Foundations and Survey Monu- 330-C-23 100 (4") ments (560-C-3250) Traffic Signal Foundations 350-C-27 100 (4") (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 per Table 300-11.3.1 (520-C-2500P) (1)Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201- 1.1.2(A) SSPWC. (2)As per Table 201-1.1.2(A) SSPWC. (3)Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of col- ored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pig- ments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the in- stallation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. 4Fir Revised 6/15/17 Contract No. 6037 Page 116 of 167 Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a 1/2" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Litho- seal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint sub- strates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be pre-formed, compressible, resilient, nonstaining, nonwaxing, non- extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyeth- ylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polysty- rene foam is not acceptable. Ott tei) Revised 6/15/17 Contract No. 6037 Page 117 of 167 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermoset, ASTM D 4402 2.5-3.5 Pas No. 27 Spindle, 20 rpm, 190°C, SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conform- ance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class 02-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt con- crete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accord- ance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: Revised 6/15/17 Contract No. 6037 Page 118 of 167 USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") Construction grade Redwood or preserva- tive treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir 1.Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2.Stability using: a.Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b.Marshall Stabilityl in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. lOnly use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +1-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt con- crete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the ser- viceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and alumi- num marks. t •—v- Revised 6/15/17 Contract No. 6037 Page 119 of 167 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A.PROPERTY OF THE CITY OF CARLSBAD, B.Name of the sign manufacturer, C.Month and year of fabrication, D.Type of retroreflective sheeting, and E.Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plas- tic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.1.6 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be pro- vided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and porta- ble signs. 1111 Tud117 Revised 6/15/17 Contract No. 6037 Page 120 of 167 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accord- ance with details shown on the plans, the California Sign Specifications and these special provi- sions. Permanent and temporary signs shall be free from blemishes that may affect the service- ability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a)Wood posts shall not be used. b)Back braces and blocks for sign panels will not be required. c)The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d)Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2) of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e)Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 1-1b' ta re Revised 6/15/17 Contract No. 6037 Page 121 of 167 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tub- ing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be per- forated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not ex- ceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for All Sides at Corners mm (inches) 25 x 25 (1 x 1) 0.13 0.005 32 x 32 (11/4 x 11/4) 0.15 0.006 38 x 38 (11/2 x 11/2) 0.15 0.006 44 x 44 (13/4 x 13/4) 0.20 0.008 51 x 51 (2 x 2) 0.20 0.008 56 x 56 (23/16 x 23/16) 0.25 0.010 57 x 57 (21/4 x 21/4) 0.25 0.010 64 x 64 (21/2 x 21/2) 0.25 0.010 51 x 76 (2 x 3) 0.25 0.010 111" ?1/4.40 Revised 6/15/17 Contract No. 6037 Page 122 of 167 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) Squarenesso) mm (Inches) Twist Permissible in 900 mm (3") mm(2) (Inches)t2) 25 x 25 (1 x 1) 0.15 0.006 1.3 0.050 32 x 32 (1-1/4 x 1-1/4) 0.18 0.007 1.3 0.050 38 x 38 (1-1/2 x 1-1/2) 0.20 0.009 1.3 0.050 44 x 44 (1-3/4 x 1-3/4) 0.25 0.010 1.6 0.062 51 x 51 (2 x 2) 0.30 0.012 1.6 0.062 56 x 56 (2-3/16 x 2-3/16) 0.36 0.014 1.6 0.062 57 x 57 (2-1/4 x 2-1/4) 0.36 1.014 1.6 0.062 64 x 64 (2-1/2 x 2-1/2) 0.38 0.015 1.9 0.075 51 x 76 (2 x 3) 0.46 0.018 1.9 0.075 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a con- troller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer. 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of com- plete alphanumeric selection. fik • —1— Revised 6/15/17 Contract No. 6037 Page 123 of 167 Lamp matrix type signs shall be equipped with an automatic dimming operational mode that au- tomatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-pro- grammed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be op- erator adjustable within the control cabinet. 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and main- tained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in ac- cordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensa- tion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from lo- cation to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. TABLE 210-1.5 A Surface to be Painted Pre-reatment I Surface Prepa- ration Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appear- ance None Two coats white Acrylic Emulsion Paint (1) (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or all purpose' concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chev- rons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. talt —r- Revised 6/15/17 Contract No. 6037 Page 124 of 167 PTVVB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, park- ing stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specifi- cation No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Specifications for water borne paint, thermo- plastic material and glass beads may be obtained from the CALTRANS Transportation Labora- tory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 210-3 GALVANIZING. 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8") thick or thicker shall be performed after fab- rication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designa- tion: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Gal- vanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, mill- ing, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvaniz- ing to remove all slab or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted as- semblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galva- nizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of unthinned zinc-rich primer (or- ganic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. 4r. tat Revised 6/15/17 Contract No. 6037 Page 125 of 167 SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A), or equal thereto. TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Ta- Markers coma, WA 98424, (877) 335-4638 Add the following section: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumina- tion of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflec- tive channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. te41" Revised 6/15/17 Contract No. 6037 Page 126 of 167 SECTION 216 - FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4'-3" high, orange colored plastic con- struction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from —58F de- grees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 10'-0" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose in- tended, as determined by the Engineer. Materials may be commercial quality providing the di- mensions and sizes of the materials are equal to, or greater than, the dimensions and sizes spec- ified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and paint- ing of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. fall Revised 6/15/17 Contract No. 6037 Page 127 of 167 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contam- inated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.1 General. add the following to the second paragraph: If the Contractor stockpiles, or otherwise deposits soil or unclassified excavation materials, on the stockpile area shown on Sheet NN of drawing NN it shall clear and grub the area over which stockpiled soil or unclassified exca- vation materials are placed. 300-1.1 General. Add the following: All clearing and grubbing, including the removal of cleared and grubbed materials, must be completed and the resultant surface made available for meas- urement by the Engineer prior to the Contractor starting any unclassified excavation. The Con- tractor shall notify the Engineer three (3) working days prior to completing clearing and grubbing and the removal of all deleterious material from the site. The Engineer intends to schedule and perform field survey and/or aerial photography of the entire site (for the following working day) (within NN days of such notification). If the Contractor has not removed all deleterious material from the entire site by the day before the scheduled field work and/or photography, the field work and/or photography will be cancelled and not rescheduled until the Contractor has completed removing all material from the entire site. The Contractor shall not be entitled to any additional compensation or extensions in time if the field work and/or aerial photography is cancelled due to the Contractor not completing clearing and grubbing and removal operations as scheduled. If the entire site cannot have field work performed and/or be photographed because of weather, poor visibility or adverse flight conditions the Contractor will be entitled to a corresponding time exten- sion but not entitled to any additional compensation due to the delay. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and desig- nated to be removed shall be removed by the Contractor as a part of clearing and grubbing. !al Revised 6/15/17 Contract No. 6037 Page 128 of 167 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile loca- tions and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and con- duits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of aban- doned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-13 STORM WATER POLLUTION PREVENTION PLAN. 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction sites for the control measures identified in the standards practices identified in the "Greenbook." The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction sites inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspec- tion record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1.When the five-day rain probability forecast exceeds forty percent (40%). 2.After any precipitation which causes runoff capable of carrying sediment from the con- struction site; 3.At 24 hour intervals during extended precipitation events; and 4.Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 302 - ROADWAY WORK Public Convenience and Traffic Control. The Contractor shall schedule the work so as to pre- vent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at 760- 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the ap- propriate information specific to the work inserted at the locations indicated in the brackets and italicized. f k At Revised 6/15/17 Contract No. 6037 Page 129 of 167 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Ca!trans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. SECTION 310 - PAINTING/SIGNING 310-7 PERMANENT SIGNING. 310-7.1 General. The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. 310-7.2 Measurement and Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing perma- nent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. 4", —1— Revised 6/15/17 Contract No. 6037 Page 130 of 167 313-2 TEMPORARY TRAFFIC SIGNING. 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, mark- ers, markings, and delineators at locations shown on plans and specified herein. 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is dis- covered during working hours, within 2 hours of such discovery of marking. 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the tempo- rary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end- connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/8") thick plate welded on the upper end with a 5-mm (3/16") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the tempo- rary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast !NIA" —1- Revised 6/15/17 Contract No. 6037 Page 131 of 167 concrete units shall be positioned straight on tangent alignment and on a true arc on curved align- ment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adja- cent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary rail- ing shall be restored to its previous condition or constructed to its planned condition. 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 stand- ards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cush- ions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for ap- proach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the appli- cation as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and tem- porary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channeliz- ers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the ap- proach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the iump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. 1P-S•, td Revised 6/15/17 Contract No. 6037 Page 132 of 167 Technical Specifications Reflectivity Sign Replacement Contract 6037 Unless elsewhere specified or approved in writing during the project by the Contract Administra- tor, all sign replacement work, material and sign characteristics shall follow the current standards of the California Manual on Uniform Traffic Control Devices (CAMUTCD) specifications, CalTrans regulations, the "Green Book" Standard Specifications for Public Works Construction, 2021 Edi- tion, and contract requirements are summarized below but not limited to the following technical requirements. Sign Replacement Specifications Contractor work to include all materials, equipment and labor required to remove original signs and provide and install new signs per CAMUTCD standards and or Technical Specifications in- cluded herein. All signage is subject to the approval of the City Engineer or his representative, prior to installation. Any deviation from signage plans shall be approved by the City Engineer or his representative prior to any change in the field. Contractor is to perform fabrication, and installation of street signs (et al) in' road right of ways. The proposed services shall be performed in accordance with this document and the latest ver- sion of the California Manual on Uniform Traffic Control Devices (MUTCD). All signs and hardware removed shall be done so without any modification to the post or mounting location with the ex- ception of pole height or unless authorized by the Contract Administrator or City inspector. Street name signs shall be furnished and installed to the satisfaction of the Transportation De- partment. Installation location of new signs shall be in the location of the existing street name sign unless otherwise required by this contract or as directed by the city's inspector Sign Height Contractors shall follow the CAMUTCD Section 2A.18 (and the associated Figure 2A-2) to guide for sign mounting heights. Signs installed at the side of the road in rural districts shall be at least 1.5 m (5 ft), measured from the bottom of the sign to the near edge of the pavement. Where parking or pedestrian movements occur, the clearance to the bottom of the sign shall be at least 2.1 m (7 ft). Directional signs on expressways and freeways shall be installed with a minimum height of 2.1 m (7 ft). If a secondary sign is mounted below another sign, the major sign shall be installed at least 2.4 m (8 ft) and the secondary sign at least 1.5 m (5 ft) above the level of the pavement edge. All route signs, warning signs, and regulatory signs on expressways and freeways shall be at least 2.1 m (7 ft) above the level of the pavement edge. The City of Carlsbad has exercised some variation to those heights, for example on signs mounted at the noses of our raised medians. These modifications include: ale Revised 6/15/17 Contract No. 6037 Page 133 of 167 •Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. •Where 0M1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. •Where R4-7 sign and 0M1-3 object marker are to be installed in a median less than 3 feet wide, the R4-7 sign shall be 18"x24" and the 0M1-3 object marker shall be 12"x12". Sign Dimensions Contractors shall follow the CAMUTCD Section 2B-1 to guide for sign mounting sizes. CAMUTCD Table 2B-1 Reaulatory Skins Sizes Sign MUTCD CODE Section Conven- tional Road Express- way Freeway Minimum Oversized Stop R1-1 2B.04 30x30 36x36 - 24 x 24 48 x 48 Speed Limit R2-1 2B.13 24 x 30 36 x 36 48 x 60 - No Park- ing Bike lane R7-9a 9B-09 12x18 - - - Keep right R4-7 26.33 24 x 30 36 x 48 48 x 60 18 x 24 Warning Signs Yellow Object Marker 0M1-3 2C.12 18 x 18 18x 18 24 x 30 Sign Retro-reflectivity Sign retro-reflectivity requirements are: All permanent signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). Pole Height Modification Specifications Any substandard, compromised, or broken pole, or other component shall be reported immedi- ately to the City of Carlsbad Contract Administrator or City inspector. In some field cases, sign height may be limited by existing pole height. in this case, the Contractor shall sleeve an extension onto the existing pole (internally) and adjust the top section of the pole 1% —1— Revised 6/15/17 Contract No. 6037 Page 134 of 167 over the sleeve to increase the pole height, providing CAMUTCD required sign height. Up to twenty-five (25) locations shall be included in the bid. Font Size Sign font shall match the original sign font being replaced (per location and sign type) and the CalTrans specifications. If CalTrans specifications and existing sign font size differ, the Contractor shall proceed with the larger font, and the Contractor shall notify the Contract Administrator or City inspector of the sign and location. Installation of City of Carlsbad Property and Date Stickers Contractor shall install (on blank side of sign with month and day date stamp) one City provided property/date sticker per new sign. Drive Pin Specifications Contractor shall use sign color/matching, aluminum drive pin rivets. Information Reporting Requirement Contractor shall be required to complete a City provided database with new sign information. Upon completion of the project the complete database will be submitted with updated sign infor- mation. Return of Original Hardware All removed signs are the property of the City of Carlsbad and shall be returned to the City's Maintenance Yard at; 405 Oak Avenue, Carlsbad, CA, and placed in a pre-designated area. 111fr Revised 6/15/17 Contract No 6037 Page 135 of 167 Sign Count, Street Location, Style Type and Characteristics (specific global ID/locations available upon request) SIGNSTYLE SIGNTEXT SIGNLEVEL SIGNDIMENS MOUNTHEIGH MOUNTLOCAT STREETNAME UNITID R1-1 STOP First 30x30 6.00000000000 Pole CARLSBAD VILLAGE DR SGN262 R1-1 STOP First 30x30 6.70000000000 Pole GARFIELD ST SG N290 R1-1 STOP Third 30x30 6.40000000000 Pole VIA CANDREJO SGN377 R1-1 STOP First 30x30 0.00000000000 Pole GRADO MARBELLA SGN390 R1-1 STOP Third 30x30 6.70000000000 Pole ZUBARON LN SGN438 R1-1 STOP Third 30x30 6.00000000000 Pole ACUNA CT SGN445 R1-1 STOP Third 30x30 6.20000000000 Pole MARMOL CT SGN447 R1-1 STOP Third 30x30 6.20000000000 Pole KREMEYER CR SGN479 R1-1 STOP First 30x30 6.90000000000 Pole EL CAMINO REAL SGN897 R1-1 STOP Third 30x30 7.10000000000 Pole SEQUOIA AV SGN853 R1-1 STOP Third 30x30 7.20000000000 Pole PASEO LA JOLLA SGN1126 R1-1 STOP Third 30x30 0.00000000000 Pole CAMINO CABRILLO SGN1143 R1-1 STOP Third 30x30 6.90000000000 Pole FLYING L C LN SGN1374 R1-1 STOP Third 30x30 6.90000000000 Pole RANCHO CABALLO SGN1404 R1-1 STOP Third 30x30 6.80000000000 Pole RANCHO CABALLO SGN1407 R1-1 STOP Third 30x30 6.40000000000 Pole OAK AV SGN200 R1-1 STOP Third 30x30 0.00000000000 Pole DOVE LN SGN1749 R1-1 STOP Third 30x30 6.10000000000 Pole HARBOR POINT RD SGN1639 R1-1 STOP Third 30x30 6.80000000000 Pole MARITIME DR SGN1608 R1-1 STOP First 30x30 7.00000000000 Pole LANAKAI LN SGN1958 R1-1 STOP First 30x30 7.30000000000 Pole PONTO DR SGN1960 R1-1 STOP Third 30x30 7.20000000000 Pole MARTINGALE CT SG N1980 R1-1 STOP Third 30x30 7.00000000000 Pole SALTAIRE WY SGN2073 R1-1 STOP Third 30x30 6.50000000000 Pole SALTAIRE WY SGN2081 R1-1 STOP Third 30x30 7.00000000000 Pole RANCHO BRASADO SGN2109 R1-1 STOP Third 30x30 6.70000000000 Pole PASEO POTRERO SGN2112 RI-1 STOP Third 30x30 6.50000000000 Pole RANCHO PANCHO SGN2115 R1-1 STOP Third 30x30 6.30000000000 Pole PASEO CAZADOR SGN2119 R1-1 STOP Third 30x30 6.90000000000 Pole RANCHO GANADERO SGN2123 R1-1 STOP Third 30x30 6.40000000000 Pole PASEO ESTABLO SGN2126 R1-1 STOP Third 30x30 6.90000000000 Pole PASEO LU NADA SGN2162 R1-1 STOP Third 30x30 7.60000000000 Pole PASEO LU NADA SGN2165 R1-1 STOP Third 30x30 7.10000000000 Pole RANCHO PANCHO SGN2168 R1-1 STOP First 30x30 7.30000000000 Pole AVENIDA ENCINAS SGN2577 R1-1 STOP Third 30x30 0.00000000000 Pole PORTAGE WY SG N2602 R1-1 STOP Third 30x30 0.00000000000 Pole CAPSTAN DR SGN2625 R1-1 STOP First 30x30 0.00000000000 Pole WINDROSE CR SGN2630 R1-1 STOP First 30x30 0.00000000000 Pole WINDRUSE CR SGN2632 R1-1 STOP Third 30)430 .7.00000000000 Pole ISLAND WY SGN2901 R1-1 STOP First 30x30 0.00000000000 Pole SGN3500 R1-1 STOP Third 30x30 6.00000000000 Pole KINGSTON ST SGN3708 R1-1 STOP Third 30x30 7.30000000000 Pole FLEET ST SGN4444 R1-1 STOP Third 30x30 7.30000000000 Pole FLEET ST SGN4675 R1-1 STOP Third 36x36 5.00000000000 Pole AUTO CENTER CT SGN5159 R1-1 STOP Third 30x30 5.75000000000 Pole PALMER WY SGN5470 R1-1 STOP Third 30x30 0.00000000000 Pole CAMINO GATO SGN5749 R1-1 STOP Third 30x30 6.10000000000 Pole JACARANDA AV SG N 5788 R1-1 STOP Third 30x30 6.90000000000 Pole JACARANDA AV SGN5814 R1-1 STOP Third 30x30 5.60000000000 Pole EL RASTRG LN SGN5349 R1-1 STOP Third 3060 6.60000000000 Pole CORTE LIMON SGN5866 R1-1 STOP Third 30x30 6.60000000000 Pole CORTE MANGO SG N5870 lr's0 Revised 6/15/17 Contract No. 6037 Page 136 of 167 R1-1 STOP Third 30x30 7.00000000000 Pole PASEO ALISO SGN5890 R1-1 STOP Third 30x30 6.00000000000 Pole GRADO EL TUPELO SGN5894 R1-1 STOP Third 30x30 6.40000000000 Pole EL BOSQUE AV SGN5909 R1-1 STOP First 30x30 7.00000000000 Pole CALLE ACERVO SGN5986 R1-1 STOP Third 30x30 7.40000000000 Pole PASEO ALMENDRO SGN6135 R1-1 STOP Third 30x30 7.10000000000 Pole CALLE ALHENA SGN6140 R1-1 STOP Third 30x30 7.00000000000 Pole CORTE BALDRE SGN6143 R1-1 STOP Third 30x30 7.30000000000 Pole PASEO ARRAYAN SGN6146 R1-1 STOP Third 30x30 6.50000000000 Pole CORTE ACEBO SGN6234 R1-1 STOP Third 30x30 7.80000000000 Pole VISTA CHAPARRAL SGN6240 R1-1 STOP Third 30x30 6.80000000000 Pole GRADO EL TUPELO SGN6243 R1-1 STOP Third 30x30 6.50000000000 Pole CORTE CIDRO SGN6246 R1-1 STOP Third 30x30 6.60000000000 Pole CAMINO SERBAL SGN6386 R1-1 STOP Third 30x30 7.10000000000 Pole CAMINO SERBAL SGN6390 R1-1 STOP Third 30x30 6.50000000000 Pole PASEO AVELLANO SGN6393 R1-1 STOP Third 30x30 6.60000000000 Pole VIA OPUNTIA SGN6436 R1-1 STOP Third 30x30 7.10000000000 Pole VIA COSCOJA SGN6441 R1-1 STOP Third 30x30 6.70000000000 Pole SITIO TEJO SGN6456 R1-1 STOP Third 30x30 6.90000000000 Pole AVENIDA TORONJA SGN 6459 R1-1 STOP Third 30x30 6.70000000000 Pole GRADO CIPRESO SGN6462 R1-1 STOP Third 30x30 7.00000000000 Pole VIA ADELFA SGN 6465 R1-1 STOP Third 30x30 7.00000000000 Pole CORTE ANANAS SGN 6477 R1-1 STOP Third 30x30 6.90000000000 Pole CORTE CICUTA SGN6481 R1-1 STOP Third 30x30 6.90000000000 Pole CALLE PI NABETE SGN6484 R1-1 STOP Third 30x30 6.70000000000 Pole CORTE MORAL SGN6513 R1-1 STOP Third 30x30 6.70000000000 Pole PASEO TULIPERO SGN6518 R1-1 STOP Third 30x30 6.40000000000 Pole FALDA PL SGN6528 R1-1 STOP First 24x24 4.70000000000 Pole CAMINITO MONARCA SGN6548 R1-1 STOP Third 30x30 6.20000000000 Pole CABO CT SGN 6570 R1-1 STOP Third 30x30 6.20000000000 Pole QUINTA ST SGN6630 R1-1 STOP Third 30x30 6.40000000000 Pole LADERA CT SGN6811 R1-1 STOP Third 30x30 6.90000000000 Pole REPOSADO DR SGN6846 R1-1 STOP Third 30x30 6.20000000000 Pole BORLA PL SGN6874 R1-1 STOP Third 30x30 6.60000000000 Pole CARPA CT SGN6880 R1-1 STOP Third 30x30 6.60000000000 Pole FOSCA VVY SGN6884 R1-1 STOP Third 30x30 6.20000000000 Pole FEBO CT SGN6894 R1-1 STOP Third 30x30 6.00000000000 Pole PERDIZ ST SGN6899 R1-1 STOP Third 30x30 6.10000000000 Pole PI RAG UA ST SGN6936 R1-1 STOP Third 30x30 6.50000000000 Pole CORMORANT DR SGN7061 R1-1 STOP First 30x30 6.80000000000 Pole CALLE HILDAGO SGN7089 R1-1 STOP Third 30x30 5.80000000000 Pole VIA MARINERO SGN7118 R1-1 STOP First 30x30 6.30000000000 Pole XANA WY SGN7124 R1-1 STOP Third 30x30 6.50000000000 Pole SANTA ISABEL ST SGN7135 R1-1 STOP Third 30x30 6.20000000000 Pole SANTA ISABEL ST SGN7149 R1-1 STOP First 30x30 6.90000000000 Pole CAZADERO DR SGN7185 R1-1 STOP Third 30x30 6.20000000000 Pole CORTE VALDEZ SGN7377 R1-1 STOP Third 30x30 6.30000000000 Pole CAMINO LIMERO SGN7382 R1-1 STOP Third 30x30 6.20000000000 Pole CAMINO SGN7400 CAPISTRANO R1-1 STOP Third 30x30 5.10000000000 Pole MARINER ST SGN7439 R1-1 STOP First 30x30 0.00000000000 Pole UNICORNIO ST SGN7513 R1-1 STOP First 30x30 6.83000000000 Pole TRIESTE DR SGN8535 R1-1 STOP Third 30x30 , 6.30000000000 Pole , SURFBIRD CR SGN8984 R1-1 STOP Third 30x30 6.00000000000 Pole WHITEY DR SGN9028 R1-1 STOP First 30x30 6.70000000000 Pole FOREST AV SGN9181 R1-1 STOP Third 30x30 6.80000000000 Pole LONGFELLOW RD SGN9201 •1k tat Revised 6/15/17 Contract No. 6037 Page 137 of 167 R1-1 STOP First 30x30 7.00000000000 Pole SHOREBIRD LN SGN9240 R1-1 STOP First 30x30 6.90000000000 Pole PELICAN ST SGN9248 R1-1 STOP First 30x30 6.30000000000 Pole CASSINS ST SGN9271 R1-1 STOP First 30x30 5.70000000000 Pole BULRUSH CT SG N9292 R1-1 STOP Third 30x30 0.00000000000 Pole FOREST VIEW WY SGN9338 R1-1 STOP First 30x30 6.00000000000 Pole CEDAR WOOD WY SGN9351 R1-1 STOP First 30x30 0.00000000000 Pole JACKSPAR DR SGN9402 R1-1 STOP First 30x30 0.00000000000 Pole LONGFELLOW RD SGN9405 R1-1 STOP Third 30x30 0.00000000000 Pole LONGFELLOW RD SGN9407 R1-1 STOP Third 30x30 6.40000000000 Pole BYRON PL SGN9496 R1-1 STOP First 30x30 7.10000000000 Pole LONGFELLOW RD SGN9499 R1-1 STOP First 30x30 6.70000000000 Pole BYRON PL SGN9501 R1-1 STOP First 30x30 7.10000000000 Pole LONGFELLOW RD SGN9503 R1-1 STOP Third 30x30 6.50000000000 Pole GERANIUM ST SGN9524 R1-1 STOP Third 30x30 0.00000000000 Pole HARRISON ST SGN9661 R1-1 STOP Third 30x30 6.10000000000 Pole ADAIR WY SGN9865 R1-1 STOP Third 30x30 6.00000000000 Pole DANA CT SGN9909 R1-1 STOP First 3030 0.00000000000 Pole PARK DR SGN9963 R1-1 STOP First 30x30 0.00000000000 Pole MONROE ST SGN9966 R1-1 STOP Third 30x30 6.00000000000 Pole SKYLINE RD SGN9980 R1-1 STOP Third 30x30 0.00000000000 Pole HAVENS POINT PL SGN10193 R1-1 STOP Third 30x30 7.00000000000 Pole CRESCENT POINT RD SGN10204 R1-1 STOP First 30x30 0.00000000000 Pole ALDER AV SGN10243 R1-1 STOP Third 30x30 6.30000000000 Pole TAMARACK AV SGN 10270 R1-1 STOP Third 30x30 6.00000000000 Pole EAST POINTE AV SGN 10295 R1-1 STOP Third 30x30 6.30000000000 Pole SHAWN CT SGN10441 R1-1 STOP Third 30x30 6.50000000000 Pole HILLSIDE DR SGN 10545 R1-1 STOP First 30x30 6.80000000000 Pole CORDOBA PL SGN 10558 R1-1 STOP First 30x30 6.70000000000 Pole MERGANSER IN SGN 10778 R1-1 STOP Third 30x30 5.80000000000 Pole TULIP WY SGN 10821 R1-1 STOP First 30x30 7.00000000000 Pole ANATRA CT SGN 10867 R1-1 STOP First 30x30 6.70000000000 Pole GABBIANO LN SG N10881 R1-1 STOP First 30x30 6.60000000000 Pole POPPY LN SGN10899 R1-1 STOP First 30x30 7.00000000000 Pole CHESTNUT AV SGN11416 R1-1 STOP Third 30x30 7.00000000000 Pole CHESTNUT AV SGN11415 R1-1 STOP First 30x30 0.00000000000 Pole MARLIN IN SGN11452 R1-1 STOP First 30x30 6.80000000000 Pole CAMINO DE AMIGOS SGN11948 R1-1 STOP First 30x30 0.00000000000 Pole OUTLOOK CT SGN12149 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN12259 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN 12262 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN 12269 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN12272 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN 12274 R1-1 STOP First 30x30 0.00000000000 Pole TAMARACK AV SGN 12283 R1-1 STOP Third 30x30 6.00000000000 Pole AMES PL SGN12314 R1-1 STOP First 30x30 0.00000000000 Pole RANCHO SANTA FE SGN 12392 RD R1-1 STOP First 30x30 0.00000000000 Pole LA COSTA AV SGN12409 R1-1 STOP Third 30x30 6.25000000000 Pole SEA LION PL SGN12470 R1-1 STOP Third 30x30 6.33000000000 Pole SEA OTTER PL SGN12471 R1-1 STOP First 30x30 7.30000000000 Pole JEFFERSON ST SGN12510 R1-1 STOP Third 30x30 6.00000000000 Pole YOURELL AV SGN12567 R1-1 STOP Third 30x30 6.30000000000 Pole CALLE ARROYO SGN12579 R1-1 STOP First 36x36 5.70000000000 Pole HOSP WY SGNI2595 R1-1 STOP First 30x30 0.00000000000 Pole HOSP WY SGN12597 R1-1 STOP First 30x30 7.00000000000 Pole COASTER STATION DY SGN 12694 4". %AI Revised 6/15/17 Contract No. 6037 Page 138 of 167 R1-1 STOP Third 36x36 7.00000000000 Pole WASHINGTON ST SGN12811 R1-1 STOP First 30x30 0.00000000000 Pole OCEAN ST SGN12834 R1-1 STOP Third 30x30 6.60000000000 Pole CHRISTIANSEN WY SGN12841 R1-1 STOP First 30)(30 0.00000000000 Pole OCEAN ST SGN12867 R1-1 STOP First 30x30 0.00000000000 Pole OCEAN ST SGN12869 R1-1 STOP Third 30x30 6.50000000000 Pole GARFIELD ST SGN12874 R1-1 STOP Third 30x30 6.20000000000 Pole WASHINGTON ST SGN 12903 R1-1 STOP First 30x30 0.00000000000 Pole CARLSBAD VILLAGE SGN 12906 DR R1-1 STOP First 30x30 0.00000000000 Pole OCEAN ST SGN 12908 R1-1 STOP First 30x30 0.00000000000 Pole STATE ST SGN 12953 R1-1 STOP First 30x30 6.10000000000 Pole STATE ST SGN 12959 R1-1 STOP Third 30x30 6.20000000000 Pole PINE AVE SGN12983 R1-1 STOP Third 30x30 6.70000000000 Pole PINE AVE SGN12986 R1-1 STOP First 30x30 7.30000000000 Pole PINE AVE SGN13000 R1-1 STOP First 30x30 7.30000000000 Pole OAK AVE SGN13001 R1-1 STOP First 30x30 7.00000000000 Pole PINE CREST WY SGN13028 R1-1 STOP First 30x30 7.00000000000 Pole COBBLESTONE RD SGN13031 R1-1 STOP First 30x30 5.40000000000 Pole ROOSEVELT ST SGN 13090 R1-1 STOP First 30x30 7.10000000000 Pole TYLER ST ALLEY SGN13103 R1-1 STOP First 30x30 7.00000000000 Pole CHRISTIANSEN WY SGN13121 R1-1 STOP First 30x30 7.00000000000 Pole STATE ST ALLEY SGN13148 R1-1 STOP First 30x30 6.70000000000 Pole OAK AV SGN13266 R1-1 STOP Third 30x30 5.00000000000 Pole OAK AVE SGN13319 R1-1 STOP Third 30x30 6.80000000000 Pole OAK AV SGN13324 R1-1 STOP First 30x30 6.80000000000 Pole OAK AVE SGN13331 R1-1 STOP First 30x30 6.90000000000 Pole OAK AVE SGN13330 R1-1 STOP Third 30x30 7.00000000000 Pole PINE AVE SGN13335 R1-1 STOP First 30x30 6.40000000000 Pole PINE AVE SGN13336 R1-1 STOP Third 30x30 6.80000000000 Pole JEFFERSON ST SGN13339 R1-1 STOP Third 30x30 6.20000000000 Pole PINE AVE SGN13349 R1-1 STOP First 30x30 6.60000000000 Pole PINE AVE SGN13356 R1-1 STOP First 30x30 7.00000000000 Pole WALNUT AV SGN13358 R1-1 STOP First 30x30 0.00000000000 Pole MADISON ST ALLEY SGN13363 "R1-1 STOP First 30x30 0.00000000000 Pole WALNUT AV SGN13366 R1-1 STOP First 30x30 0.00000000000 Pole WALNUT AV • SGN13367 R1-1 STOP First 30x30 0.00000000000 Pole MADISON ST ALLEY SGN13370 R1-1 STOP First 30x30 0.00000000000 Pole HARDING ST SGN13372 R1-1 STOP Third 30x30 0.00000000000 Pole CHESTNUT AV SGN13383 R1-1 STOP First 30x30 0.00000000000 Pole HARDING ST SGN13388 R1-1 STOP Third 30x30 6.70000000000 Pole EUREKA PL SGN13413 R1-1 STOP First 30x30 0.00000000000 Pole HIGHLAND DR SGN13417 R1-1 STOP Third 311430 7.20000000000 Pole DONNA CT SGN13462 R1-1 STOP Fourth 30x30 0.00000000000 Pole MONROE ST SGN13465 R1-1 STOP First 30x30 0.00000000000 Pole SUNNYHILL DR SGN13466 R1-1 STOP First 30x30 0.00000000000 Pole OAK AVE SGN13472 R1-1 STOP Third 30x30 6.40000000000 Pole WALNUT AV SGN13569 R1-1 STOP Third 30x30 6.30000000000 Pole LINCOLN ST SGN13577 R1-1 STOP Third 30x30 6.60000000000 Pole MAPLE AVE SGN13594 R1-1 STOP Third 30x30 7.40000000000 Pole ACACIA AVE SGN13622 R1-1 STOP Third 30x30 6.10000000000 Pole CERRY AV SGN13635 R1-1 STOP Third 30x30 6.70000000000 Pole WALNUT AV SGN13669 R1-1 STOP First 30x30 6.30000000000 Pole CHESTNUT AV SGN13682 R1-1 STOP Third 30x30 7.00000000000 Pole CHESTNUT AV SGN13685 R1-1 STOP First 30x30 6.80000000000 Pole CHESTNUT AV SGN13688 R1-1 STOP Third 30x30 6.90000000000 Pole CHESTNUT AV SGN13691 •‘• ILA." Revised 6/15/17 Contract No. 6037 Page 139 of 167 R1-1 STOP Third 30x30 6.50000000000 Pole PALM AVE SGN13717 R1-1 STOP Third 30x30 5.80000000000 Pole PALM AVE SGN13721 R1-1 STOP Third 30x30 6.00000000000 Pole AVOCADO LN SGN13725 R1-1 STOP Third 30x30 6.60000000000 Pole CAMELLIA PL SGN13729 R1-1 STOP First 30x30 0.00000000000 Pole MAGNOLIA AV SGN 13753 R1-1 STOP Third 3030 6.40000000000 Pole ANCHOR WY SGN13767 R1-1 STOP Third 30x30 6.10000000000 Pole EDGEWARE WY SGN14164 R1-1 STOP Third 30x30 6.50000000000 Pole LUCIERNAGA ST SGN14185 R1-1 STOP First 30x30 6.50000000000 Pole LUCIERNAGA ST SGN 14186 R1-1 STOP Third 30x30 6.20000000000 Pole HEMLOCK AVE SGN14282 R1-1 STOP Second 30x30 7.10000000000 Pole HIBSCUS CIR SGN14349 R1-1 STOP Third 30x30 6.90000000000 Pole LINMAR LN SGN14379 R1-1 STOP Third 30x30 6.90000000000 Pole ASHBERRY RD SGN14514 R1-1 STOP Third 30x30 6.30000000000 Pole MILLAY CT SGN14525 R1-1 STOP Third 30x30 6.80000000000 Pole JEFFERS PL SGN14529 R1-1 STOP Third 30x30 7.10000000000 Pole HILLYER ST SGN1453 1 R1-1 STOP Third 30x30 7.00000000000 Pole CIARDI CT SGN1453 2 R1-1 STOP Third 30x30 7.00000000000 Pole CIARDI CT SGN1453 3 R1-1 STOP Third 30x30 7.00000000000 Pole MILTON RD SGN1486 0 R1-1 STOP First 30x30 0.00000000000 Pole LIONSHEAD AV SGN1533 1 R1-1 STOP First 30x30 0.00000000000 Pole LIONSHEAD AV SGN1537 2 R1-1 STOP First 30x30 0.00000000000 Pole LIONSHEAD AV SGN1537 3 R1-1 STOP First 30x30 0.00000000000 Pole HIDDEN VALLEY RD SGN1555 4 R1-1 STOP First 30x30 0.00000000000 Pole PLUM TREE RD SGN1557 0 R1-1 STOP First 30x30 0.00000000000 Pole PLUM TREE RD SG N1557 5 R1-1 STOP Third 30x30 7.20000000000 Pole MARIPOSA RD SGN1561 6 R1-1 STOP Third 30x30 7.20000000000 Pole CALMERIA PL SGN1561 7 R1-1 STOP Third 30x30 6.30000000000 Pole LAS PALMAS DR SGN1564 7 R1-1 STOP. Third 30x30 6.90000000000 Pole ALEXANDRI CR SGN1567 7 R1-1 STOP Third 30x30 0.00000000000 Pole BRIGANTINE DR SGN1568 8 R1-1 STOP Third 30x30 0.00000000000 Pole SURFSIDE LN SGN1569 9 R1-1 STOP First 30x30 7.00000000000 Pole AVENIDA ENCINAS SGN1570 6 R1-1 STOP First 30x30 0.00000000000 Pole PONTO DR SGN1572 4 R1-1 STOP First 30x30 0.00000000000 Pole PONTO DR SGN1572 8 R1-1 STOP First 30x30 0.00000000000 Pole CAMINO DE LAS ONDAS SGN1582 1 R1-1 STOP First 30x30 0.00000000000 Pole CAMINO DE LAS ON DAS SGN1583 1 R1-1 STOP First 30x30 0.00000000000 Pole PONTO DR SGN1585 4 R1-1 STOP Third 24x24 5.60000000000 Pole BEACON BAY DR SGN1590 7 R1-1 STOP First 30x30 0.00000000000 Pole CAMINO DE LAS ON DAS SGN1591 2 Revised 6/15/17 Contract No. 6037 Page 140 of 167 R1-1 STOP First 30x30 0.00000000000 Pole CAMINO DE LAS ONDAS SGN1591 3 R1-1 STOP First 30x30 0.00000000000 Pole CAMINO DE LAS ONDAS SGN 1591 4 R1-1 STOP Third 30x30 0.00000000000 Pole ALDERWOOD DR SGN1591 9 R1-1 STOP Third 30x30 5.70000000000 Pole BATIQUITOS DR SGN1595 0 R1-1 STOP Third 30x30 6.80000000000 Pole DR .BRIARWOOD SGN1595 5 R1-1 STOP Third 30x30 5.90000000000 Pole HAWTHORNE AV SGN1596 7 R1-1 STOP Third 30x30 8.20000000000 Pole SITIO CEDRELA SGN1599 o R1-1 STOP Third 30x30 7.10000000000 Pole CORTE ORCHIDIA SGN1599 5 R1-1 STOP First 30x30 6.10000000000 Pole NIGHTSHADE RD SGN1601 1 R1-1 STOP Third 30x30 7.00000000000 Pole BRIGANTINE DR SGN1601 8 R1-1 STOP Third 30x30 6.70000000000 Pole AVENA CT SGN1605 4 R1-1 STOP Third 30x30 7.10000000000 Pole AVENA CT SGN1605 9 R1-1 STOP Third 30x30 7.00000000000 Pole PALERMI PL SGN1606 3 R1-1 STOP Third 30x30 7.00000000000 Pole FRENATA PL SGN1606 4 R1-1 STOP Third 30x30 6.70000000000 Pole AMANTE CT SGN1612 7 R1-1 STOP Third 30x30 6.90000000000 Pole CALLIANDRA RD SGN1612 8 R1-1 STOP Third 30x30 0.00000000000 Pole ORIOLE CT SGN1613 5 R1-1 STOP Third 30x30 0.00000000000 Pole SKIMMER CT SGN1614 o R1-1 STOP Third 30x30 0.00000000000 Pole SKIMMER CT SGN1616 2 R1-1 STOP Third 30x30 0.00000000000 Pole MOORHEN PL SGN1616 3 R1-1 STOP First 30x30 0.00000000000 Pole PLAZA PASEO REAL PKG SGN1617 DY 1 R1-1 STOP Third 30x30 6.50000000000 Pole WHITEWATER ST SGN1620 7 R1-1 STOP First 30x30 6.10000000000 Pole LEEWARD ST SGN1624 2 R1-1 STOP Third 30x30 0.00000000000 Pole NAVIGATOR CR SGN1626 2 R1-1 STOP Third 30x30 6.70000000000 Pole WHIMBREL CT SGN1626 7 R1-1 STOP Third 30x30 0.00000000000 Pole OCEAN CREST AV SGN1627 1 R1-1 STOP Third 30x30 5.90000000000 Pole ROCK DOVE ST SGN1631 3 R1-1 STOP Third 30x30 6.10000000000 Pole SAN DERLING CT SGN1631 4 R1-1 STOP Third 30x30 7.10000000000 Pole HUMMINGBIRD RD SGN1632 4 R1-1 STOP Third 30x30 0.00000000000 Pole INNOVATION WY SGN1641 2 R1-1 STOP Third 30x30 0.00000000000 Pole VILLAGE GREEN DR SGN1642 . 1 R1-1 STOP Third 30x30 0.00000000000 Pole ALICANTE RD SGN1643 8 R1-1 STOP Third 30x30 0.00000000000 Pole ALVERTON DR SGN1646 td: - Revised 6/15/17 Contract No. 6037 Page 141 of 167 7 R1-1 STOP Third 30x30 7.00000000000 Pole CITRACADO CR SGN1651 2 R1-1 STOP First 30x30 7.10000000000 Pole PASEO JAQUITA SGN16520 R1-1 STOP Third 30x30 7.20000000000 Pole PASEO VALINDO SGN16524 R1-1 STOP Third 30x30 6.70000000000 Pole PASEO VOLANTE SGN16535 R1-1 STOP Third 30x30 7.00000000000 Pole PASEO ALAMEDA SGN16539 R1-1 STOP Third 30x30 6.90000000000 Pole RANCHO BRAVADO SGN16543 R1-1 STOP Third 30x30 7.20000000000 Pole RANCHO BRAVADO SGN16547 R1-1 STOP Third 30x30 7.40000000000 Pole PASEO PRADERA SGN16548 R1-1 STOP Third 30x30 7.10000000000 Pole RANCHO CARRIZO SGN16553 R1-1 STOP Third 30x30 7.20000000000 Pole PASEO MONONA SGN16558 R1-1 STOP Third 30x30 7.50000000000 Pole PASEO ALAMEDA SGN16562 R1-1 STOP Third 30x30 6.90000000000 Pole PASEO VALIENTE SGN16573 R1-1 STOP Third 30x30 7.00000000000 Pole RANCHO COMPANERO SGN16574 R1-1 STOP Third 30x30 6.70000000000 Pole PASEO VALIENTE SGN16580 R1-1 STOP Third 30x30 7.00000000000 Pole PASEO TESORO SGN16584 R1-1 STOP Third 30x30 0.00000000000 Pole EDENDALE ST SGN16605 R1-1 STOP Third 30x30 0.00000000000 Pole MONTECITO DR SGN 16606 R1-1 STOP Third 30x30 0.00000000000 Pole PYRITE AV SGN16623 R1-1 STOP Third 30x30 0.00000000000 Pole PYRITE AV SGN16624 R1-1 STOP Third 30x30 0.00000000000 Pole MICA RD SGN16691 R1-1 STOP Third 30x30 0.00000000000 Pole KYANITE PL SGN16696 R1-1 STOP First 30x30 0.00000000000 Pole PASEO DESCANSO SGN16729 R1-1 STOP Third 30x30 0.00000000000 Pole PALACIO DR SGN16759 R1-1 STOP Third 30x30 0.00000000000 Pole QUAIL PL SGN16796 R1-1 STOP Third 30x30 0.00000000000 Pole MARCASITE PL SGN16809 R1-1 STOP Third 30x30 0.00000000000 Pole OLIVINE CT SGN16813 R1-1 STOP Third 30x30 0.00000000000 Pole PERIDOT CT SGN16818 R1-1 STOP Third 30x30 0.00000000000 Pole AVENTURINE PL SGN16824 R1-1 STOP Third 30x30 0.00000000000 Pole TIGEREYE PL SGN16828 R1-1 STOP Third 30x30 0.00000000000 Pole AZURITE PL SGN16833 R1-1 STOP Third 30x30 0.00000000000 Pole GALENA AV SGN 16840 R1-1 STOP Third 30x30 0.00000000000 Pole CITRINE DR SGN 16846 R1-1 STOP Third 30x30 0.00000000000 Pole TANZANITE DR SGN16860 R1-1 STOP Third 30x30 0.00000000000 Pole ZODIAC ST SGN16865 R1-1 STOP Third 30x30 0.00000000000 Pole OBSIDIAN PL SGN16872 R1-1 STOP Third 30x30 0.00000000000 Pole OBSIDIAN PL SGN16873 R1-1 STOP Third 30x30 0.00000000000 Pole ONYX PL SGN16877 R1-1 STOP Third 30x30 0.00000000000 Pole SARDONYX ST SGN16883 R1-1 STOP Third 30x30 0.00000000000 Pole JADE LN SGN 16886 R1-1 STOP Third 30x30 0.00000000000 Pole LEUCITE PL SGN 16894 R1-1 STOP First 24X30 7.00000000000 Pole FLAMENCO ST SGN16899 R1-1 STOP First 30x30 7.00000000000 Pole FLAMENCO ST SGN16896 R1-1 STOP Third 30x30 6.70000000000 Pole CAMINO DE AMIGOS' SGN16953 R1-1 STOP First 30x30 6.40000000000 Pole ALGA RD SGN16962 R1-1 STOP Third 30x30 7.50000000000 Pole CAMINO DE AMIGOS SGN16967 R1-1 STOP Third 30x30 0.00000000000 Pole LUCIERNAGA ST SGN16981 R1-1 STOP First 30x30 7.00000000000 Pole DONNA DR SGN16994 R1-1 STOP First 30x30 7.00000000000 Pole JANIS WY SGN16995 R1-1 STOP Third 30x30 0.00000000000 Pole ESCENICO TERRACE SGN17131 R1-1 STOP Third 30x30 0.00000000000 Pole LA COSTA MEADOWS SGN17163 DR R1-1 STOP Third 30x30 6.20000000000 Pole HATACA RD SO! 17197 R1-1 STOP Third 30x30 5.60000000000 Pole HATACA RD SGN17198 R1-1 STOP First 30x30 5.50000000000 Pole CARVALLO CT SGN 17200 48%. t Ur- Revised 6/15/17 Contract No, 6037 Page 142 of 167 R1-1 STOP Third 30x30 6.80000000000 Pole CAMINO ROBLEDO SGN17234 R1-1 STOP Third 30x30 6.50000000000 Pole VIA TECA SGN17255 R1-1 STOP Third 30x30 6.70000000000 Pole VISTA ACEDERA SGN17263 R1-1 STOP Third 30x30 6.70000000000 Pole CORTE PAPAYA SGN17322 R1-1 STOP Third 30x30 7.00000000000 Pole VIA ARCE SGN17327 R1-1 STOP Third 30x30 6.50000000000 Pole VIA ARCE SGN17328 R1-1 STOP First 30x30 7.00000000000 Pole AVENIDA PIMENTERA SGN17333 R1-1 STOP Third 30x30 6.80000000000 Pole SITIO CAUCHO SGN17335 R1-1 STOP Third 30x30 7.50000000000 Pole PASEO ALMENDRO SGN 17422 R1-1 STOP First 30x30 6.70000000000 Pole VIA ROMAZA SGN17426 R1-1 STOP Third 30x30 0.00000000000 Pole CAMINO ALVARO SGN 17473 R1-1 STOP First 30x30 0.00000000000 Pole CALLE ACERVO SGN17532 R1-1 STOP First 30x30 0.00000000000 Pole CALLE ACERVO SGN17533 R1-1 STOP Third 30x30 0.00000000000 Pole SITIO LIRIO SGN17551 R1-1 STOP Third 30x30 0.00000000000 Pole CIRCULO PAPAYO SGN17552 R1-1 STOP Third 30x30 0.00000000000 Pole AVENIDA MARAVILLA SGN17563 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE BRISA SGN17568 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE DELFINO SGN 17572 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE ROMERO SGN 17583 R1-1 STOP Third 30x30 0.00000000000 Pole CAMINO CEREZA SGN17595 R1-1 STOP Third 30x30 0.00000000000 Pole CIRCULO PAPAYO SGN17601 R1-1 STOP Third 30x30 0.00000000000 Pole CALLE CONIFERA SGN 17602 R1-1 STOP Third 30x30 0.00000000000 Pole CALLE CONIFERA SGN 17618 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE ACIANO SGN17619 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE MANZANA SGN 17626 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE SELVA SGN17627 R1-1 STOP Third 30x30 0.00000000000 Pole SITIO ESPI NO SGN17636 R1-1 STOP Third 30x30 0.00000000000 Pole CADENCIA ST SGN17653 R1-1 STOP Third 30x30 0.00000000000 Pole COLLEGE BL SGN17741 R1-1 STOP First 0.00000000000 Pole NEWLAND CT SGN17944 R1-1 STOP First 30x30 0.00000000000 Pole SOUTH VISTA WY SGN18015 R1-1 STOP Third 30x30 0.00000000000 Pole FAIRWAY LN SGN18023 R1-1 STOP Third 30x30 0.00000000000 Pole MAY CT SGN 18024 R1-1 STOP Third 30x30 0.00000000000 Pole GENTLE KNOLL ST SGN18029 R1-1 STOP Third 30x30 0.00000000000 Pole RAVINE DR SGN18035 R1-1 STOP Third 30x30 0.00000000000 Pole GENTLE KNOLL ST SGN18036 R1-1 STOP Third 30x30 0.00000000000 Pole RIFT RD SGN 18042 R1-1 STOP Third 30x30 0.00000000000 Pole RAVINE DR SGN 18043 R1-1 STOP Third 30x30 0.00000000000 Pole MOON FIELD DR SGN18048 R1-1 STOP Third 30x30 0.00000000000 Pole MOON FIELD DR SGN18049 R1-1 STOP First 30x30 0.00000000000 Pole SUNNY CREEK RD SGN18054 R1-1 STOP First 30x30 0.00000000000 Pole BLUFF VIEW WY SGN18186 R1-1 STOP First 30x30 0.00000000000 Pole Al DAN CR SGN18198 R1-1 STOP First 30x30 0.00000000000 Pole LOCUST AV SGN18216 R1-1 STOP First 30x30 0.00000000000. Pole SAN ELIJO RD SGN18277 R1-1 STOP First 30x30 0.00000000000 Pole AVENIDA SOLEDAD SGN18280 R1-1 STOP Second 30x30 0.00000000000 Pole CARLSBAD VILLAGE SGN18301 DR R1-1 STOP First 30x30 0.00000000000 Pole LIONSHEAD AV SGN18309 R1-1 STOP Third 30x30 3.60000000000 Pole TERN PL SGN18314 R1-1 STOP First 30x30 0.00000000000 Pole HIGHLAND DR SGN18391 R1-1 STOP First 30x30 0.00000000000 Pole GATEWAY RD SGN 18436 R1-1 STOP First 30x30 0.00000000000 Pole FINNILA PL SGN 18438 R1-1 STOP First 30x30 0.00000000000 Pole BRESSI RANCH WY SGN 18445 R1-1 STOP Third 30x30 0.00000000000 Pole SITIO CALIENTE SGN18503 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE ALTURA SGN18507 114.7 Revised 6/15/17 Contract No. 6037 Page 143 of 167 R1-1 STOP Third 30x30 0.00000000000 Pole SITIO COLINA SGN18515 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE FORTUNA SGN18519 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE FORTUNA SGN18520 R1-1 STOP Third 30x30 0.00000000000 Pole SITIO DESTI NO SGN18526 R1-1 STOP First 30x30 0.00000000000 Pole AVENIDA SOLEDAD SGN18533 R1-1 STOP First 30x30 0.00000000000 Pole AVENIDA SOLEDAD SGN18536 R1-1 STOP Third 30x30 0.00000000000 Pole CASCADE ST SGN18586 R1-1 STOP Third 30x30 0.00000000000 Pole ALANDER CT SGN18587 R1-1 STOP Third 30x30 0.00000000000 Pole ALANDER CT SGN18593 R1-1 STOP Third 30x30 0.00000000000 Pole CASCADE ST SGN18594 R1-1 STOP Third 30x30 0.00000000000 Pole BUCK RIDGE AV SGN18604 R1-1 STOP Third 30x30 0.00000000000 Pole WIND TRAIL WY SGN18615 R1-1 STOP Third 30x30 0.00000000000 Pole NORTH FORK AV SGN18618 R1-1 STOP Third 30x30 0.00000000000 Pole BUCK RIDGE AV SGN18622 R1-1 STOP Third 30x30 0.00000000000 Pole PERALTA ST SGN18633 R1-1 STOP Third 30x30 0.00000000000 Pole MASTODON CT SGN 18638 R1-1 STOP Third 30x30 0.00000000000 Pole FOUR PEAKS ST SGN18639 R1-1 STOP Third 30x30 0.00000000000 Pole RAMSEY WY SGN 18645 R1-1 STOP Third 30x30 0.00000000000 Pole RAMSEY WY SGN 18646 R1-1 STOP Third 30x30 0.00000000000 Pole OCALA \NY SGN18652 R1-1 STOP Third 30x30 0.00000000000 Pole OCALA WY SGN 18655 R1-1 STOP Third 30x30 0.00000000000 Pole DAVID AVE SGN18892 R1-1 STOP First 24x24 0.00000000000 Pole GEODE LN SGN 19559 R1-1 STOP Third 30x30 0.00000000000 Pole SAPPHIRE DR SGN 19943 R1-1 STOP Fourth 30x30 0.00000000000 Pole CANARIO ST SGN 19970 R1-1 STOP Third 30x30 7.00000000000 Pole SEA GATE RD SGN7855 R1-1 STOP Third 30x30 6.20000000000 Pole HEMLOCK AV SGN13654 R1-1 STOP First 24x24 7.30000000000 Pole LEGOLAND DR SGN4713 R1-1 STOP Third 30x30 6.50000000000 Pole KITE PL SGN1994 R1-1 STOP First 30x30 7.00000000000 Pole TURNSTONE RD SGN1997 R1-1 STOP Third 30x30 6.80000000000 Pole SNIPE CT SGN1998 R1-1 STOP First 30x30 7.30000000000 Pole OLIVENHAIN RD SGN3569 R1-1 STOP Third 36x36 7.20000000000 Pole MERIDIAN WY SGN5224 R1-1 STOP Third 30x30 6.10000000000 Pole VENADO ST SGN6961 R1-1 STOP Third 30x30 6.20000000000 Pole BRENTWOOD CT SGN9360 R1-1 STOP Third 30x30 6.20000000000 Pole CAMEO RD SGN9996 R1-1 STOP Third 30x30 5.75000000000 Pole CHATHAM RD SGN12235 R1-1 STOP Third 30x30 6.30000000000 Pole MADISON ST SGN13707 R1-1 STOP Third 30x30 6.30000000000 Pole MAGNOLIA AVE SGN13735 R1-1 STOP First 30x30 6.40000000000 Pole HARDING ST SGN13739 R1-1 STOP First 30x30 0.00000000000 Barrier ORION ST SGN15488 R1-1 STOP First 30x30 0.00000000000 Pole ORION ST SGN15490 R1-1 STOP First 30x30 0.00000000000 Pole IMPALA DR SGN 15493 R1-1 STOP Third 30x30 0.00000000000 Pole CIRCULO PAPAYO SGN17612 R1-1 STOP Third 30x30 0.00000000000 Pole CORTE PINO SGN17613 R1-1 STOP First 30x30 0.00000000000 Pole SITIO CORAZON SGN 18283 R1-1 STOP First 30x30 7.00000000000 Pole STRAWBERRY PL SGN21551 R1-1 STOP Third 24x24 7.00000000000 Pole ESMAT WY SGN21590 OBJECTID SIG NTEXT CAMUTCDDES SIGNLEVEL SIGN DIME MOUNTH MOUNTLO STREETNAME UNITID 88 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole STATE ST ALLEY SGN121 93 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Pole STATE ST ALLEY SGN128 205 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 3.00 Pole JEFFERSON ST SGN466 423 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.58 Pole EL CAMINO REAL SGN881 602 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.60 Pole MELROSE DR SGN1307 j Ur- Revised 6/15/17 Contract No. 6037 Page 144 of 167 841 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.70 Pole AVIARA PY SGN1014 983 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.70 Pole MELROSE DR SGN1360 1052 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole PLAZA PASEO REAL PKG SGN1716 DY 1119 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole AVENIDA ENCINAS SGN1817 1121 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole AVENIDA ENCINAS SGN1819 1204 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 150 Pole MELROSE DR SGN1974 1231 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.90 Pole MELROSE DR SGN2016 1233 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 7.10 Pole MELROSE DR SGN2018 1287 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole SALTAIRE WY SGN2076 1289 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole SALTAIRE WY SGN2078 1298 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.20 Pole POINSETTIA LN SGN2093 1300 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.40 Pole POINSETTIA LN SGN2102 1358 Object Marker - Yellow OBJECT MARKER YELLOW Third 18x18 1.08 Pole EL CAMINO REAL SGN2213 1396 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 3.83 Pole CARLSBAD VILLAGE DR SGN2358 1500 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole AVENIDA ENCINAS SGN2415 1503 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole AVENIDA ENCINAS SGN2418 1791 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 2.30 Pole LA COSTA AV SGN2789 1792 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 2.20 Pole LA COSTA AV SGN2790 1820 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole LA COSTA AV SGN2824 1826 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole LA COSTA AV SGN2830 1920 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.20 Pole CARLSBAD BL SGN2981 1944 Object Marker - Yellow OBJECT MARKER YELLOW Fourth 18x18 0.80 Pole PALOMAR AIRPORT RD SGN3033 2118 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 2.30 Pole LA COSTA AV SGN3364 2389 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole PALOMAR AIRPORT RD SGN3788 2542 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.70 Pole PALOMAR AIRPORT RD SGN3908 2549 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole PALOMAR AIRPORT RD SGN3915 2788 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.60 Pole ARMADA DR SGN4469 2831 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.50 Pole ARMADA DR SGN4437 2843 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.50 Pole ARMADA DR SGN4453 2941 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole ARMADA DR SGN4673 2984 Object Marker - Yellow OBJECT MARKER YELLOW Third 18x18 1.60 Pole LEGOLAND DR SGN4726 3002 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.10 Pole CANNON RD SGN4744 3405 Object Marker - Yellow OBJECT MARKER YELLOW 3406 Object Marker - Yellow OBJECT MARKER YELLOW Side-by-Sid18x18 Side-by-Sid18x18 0.00 Barrier 0.00 Barrier ORION ST ORION ST SGN5404 SGN5405 3454 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.70 Pole COLLEGE BL SGN5490 3652 Object Marker-Yellow OBJECT MARKER YELLOW Second 12X12 2.00 Pole AMARGOSA DR SGN5784 3745 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.70 Pole OLIVENHAIN RD SGN5885 3756 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5897 3757 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5898 3758 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5899 3759 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5900 3760 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5901 3761 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5902 3762 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5903 3763 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Barrier EL BOSQUE AV SGN5904 3988 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 3.40 Barrier CORTE CAROLINA SGN6157 3989 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 3.40 Barrier CORTE CAROLINA SGN6158 3990 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 3.40 Barrier CORTE CAROLINA SGN6159 3991 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 3.40 Barrier CORTE CAROLINA SGN6160 4178 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.60 Pole BATIQUITOS DR SGN6387 4997 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.80 Pole BATIQUITOS DR SGN7448 5151 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 3.20 Pole POINSETTIA LN SGN7650 5435 Object Marker - Yellow OBJECT MARKER YELLOW Fourth 18x18 1.50 Pole ADAMS ST SGN8103 5859 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.20 Pole BATIQUITOS DR SGN8703 6037 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole BATIQUITOS DR SGN8939 6556 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.50 Pole PARK DR SGN9608 6557 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.50 Pole PARK DR SGN9609 6800 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 2.40 Pole ALDER AV SGN9933 7120 Object Marker - Yellow OBJECT MARKER YELLOW Side-by- 18x18 1.20 Barrier LAGUNA DR SGN10372 Sid 7121 Object Marker - Yellow OBJECT MARKER YELLOW Side-by- 18x18 1.20 Barrier LAGUNA DR SGN10373 tat -1- Revised 6/15/17 Contract No. 6037 Page 145 of 167 Sid 7122 Object Marker - Yellow OBJECT MARKER YELLOW Side-by- 18x18 1.20 Barrier LAGUNA DR SGN10374 Sid 7332 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole ADAMS ST SGN10672 7407 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole BATIQUITOS DR SGN10776 7413 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole BATIQUITOS DR SGN10782 7482 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole GABBIANO LN SGN10863 7514 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole BATIQUITOS DR SGN 10897 7857 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Pole BUENA VISTA WY SGN11351 7858 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Pole BUENA VISTA WY SGN11352 7886 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole FARADAY AV SGN 11394 7896 Object Marker-Yellow OBJECT MARKER YELLOW Second 2.17 Pole FARADAY AV SGN 11404 8186 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.30 Pole ALICANTE RD SGN11751 8696 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 0.00 Pole EL CAMINO REAL SGN 12364 8706 Object Marker-Yellow OBJECT MARKER YELLOW Second 3.8x18 2.00 Pole EL CAMINO REAL SGN 12376 8768 Object Marker - Yellow OBJECT MARKER YELLOW Second 2.00 Pole JEFFERSON ST SGN 12478 8793 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.10 Pole JEFFERSON ST SGN 12506 8794 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.30 Pole JEFFERSON ST SGN 12507 8815 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole MARRON RD SGN12532 9077 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.30 Pole OCEAN ST SGN12837 9092 Object Marker - Yellow OBJECT MARKER YELLOW Third 18x18 1.00 Pole OCEAN ST SGN12851 9137 Object Marker - Yellow OBJECT MARKER YELLOW First 12x12 2.40 Pole GRAND AV SGN12897 9140 Object Marker-Yellow OBJECT MARKER YELLOW Second 12x12 2.20 Pole GRAND AV SGN12900 9154 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 1.50 Pole OCEAN ST SGN12915 9157 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 3.60 Pole GARFIELD ST SGN12917 9186 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole WASHINGTON ST SGN12952 9243 Object Marker - Yellow OBJECT MARKER YELLOW Second 12x12 2.00 Pole MADISON ST SGN13016 9248 Object Marker-Yellow OBJECT MARKER YELLOW First 12x12 1.50 Pole MADISON ST SGN13018 9335 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole STATE ST ALLEY SGN13131 9475 Object Marker-Yellow OBJECT MARKER YELLOW Second 12x12 1.70 Pole CARLSBAD VILLAGE DR SGN13301 9566 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.90 Pole BASSWOOD AV SGN13400 9668 Object Marker - Yellow OBJECT MARKER YELLOW First 24x30 1.80 Pole VICTORIA AV SGN13507 9671 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole CARLSBAD BL SGN13510 9684 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier WALNUT AV SGN 13523 9685 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier WALNUT AV SGN13524 9686 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier WALNUT AV SGN13525 9687 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier WALNUT AV SGN13526 9688 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier WALNUT AV SGN13527 9690 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN13529 9691 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN 13530 9692 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN13531 9693 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE Sa113532 9694 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN13533 9695 • Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN13534 9696 Object Marker - Yellow OBJECT MARKER YELLOW First 18x18 1.00 Barrier CHESTNUT AVE SGN13535 10103 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole LA COSTA AV SGN14106 10294 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 1.60 Pole TAMARACK AV SGN14346 10312 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.40 Pole TAMARACK AV SGN14368 10333 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 3.00 Pole BALDWIN LN SGN14389 10334 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 3.50 Pole BALDWIN LN SGN14390 10337 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.30 Pole CHINQUAPIN AV SGN14394 10338 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.30 Pole CHINQUAPIN AV SGN 14395 10339 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.30 Pole CHINQUAPIN AVE SGN14397 10340 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.30 Pole CHINQUAPIN AVE SGN14396 10410 Object Marker-Yellow OBJECT MARKER YELLOW Second 18X18 1.30 Pole CANNON RD SGN14492 10953 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 0.90 Pole FARADAY AV SGN15180 10959 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 0.80 Pole FARADAY AV SGN15187 10966 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 0.00 Pole CANNON RD SGN15195 10968 Object Marker - Yiow OBJECT MARKER YELLOW Second 18X18 0.00 Pole CANNON RD SGN15197 10969 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 0.00 Pole CANNON RD SGN15198 10970 Object Marker-Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole CANNON RD SGN15199 f. • YIW Revised 6/15/17 Contract No. 6037 Page 146 of 167 11038 Object Marker - Yellow OBJECT MARKER YELLOW Second 0.00 Pole MELROSE DR SGN15297 11040 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole MELROSE DR SGN15299 11124 Object Marker-Yellow OBJECT MARKER YELLOW Second 0.00 Pole CANNON RD SGN15388 11247 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole AVIARA PY SGN15542 11248 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole AVIARA PY SGN15543 11335 Object Marker - Yellow OBJECT MARKER YELLOW Fourth 18X18 2.20 Pole POINSETTIA LN SGN15635 11341 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole PALOMAR AIRPORT RD SGN15642 11371 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 1.30 Pole ALEXANDRI CR SGN15675 11430 Object Marker - Yellow OBJECT MARKER YELLOW Second 12X12 2.20 Pole ELDER CT SGN15744 11431 Object Marker - Yellow OBJECT MARKER YELLOW Second 12X12 2.20 Pole ELDER CT SGN15745 11456 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole EMBARCADERO LN SGN15771 11457 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole EMBARCADERO LN SGN15770 11477 Object Marker-Yellow OBJECT MARKER YELLOW First 18X18 4.40 Pole CAMINO DE LAS ONDAS SGN15827 11479 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 6.00 Pole CAMINO DE LAS ONDAS SGN15828 11525 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole PASEO PALER° SGN15875 11528 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole PASEO PALERO SGN15878 11721 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 1.00 Pole KALMIA CR SGN16107 11746 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.90 Pole KALMIA CR SGN16132 11757 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole POINSETTIA LN SGN16143 11789 Object Marker-Yellow OBJECT MARKER YELLOW First 18X18 3.30 Pole CARLSBAD BL SGN16177 11816 Object Marker-Yellow OBJECT MARKER YELLOW First 18X18 1.20 Pole WHITEWATER ST SGN 16210 11828 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 2.00 Pole AVENIDA ENCINAS SGN 16225 11831 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.60 Pole LEEWARD ST SGN 16239 11965 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole EL CAMINO REAL SGN 16386 12049 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.80 Pole RANCHO BRAVADO SGN16509 12050 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 1.60 Pole CITRACADO CR SGN16510 12058 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 1.50 Pole PASEO ACAMPO SGN 16518 12062 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole RANCHO BR4VADO SGN16522 12231 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole PASEO ESCUELA SGN 16708 12269 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole PLAZA DR SGN16746 12296 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.10 Pole VIA PUERTA SGN16774 12309 Object Marker - Yellow OBJECT MARKER YELLOW Second 12X12 0.00 Pole ESTRELLA DE MAR RD SGN16800 12310 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole ESTRELLA DE MAR RD SGN16801 12443 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole ALGA RD SGN16947 12457 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 2.00 Pole CAMINO DE AMIGOS SGN16961 12602 object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole EL CAMINO REAL SGN17118 12603 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole EL CAMINO REAL SGN17119 12626 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 1.00 Pole ANILLO WY SGN17142 12636 Object Marker - Yellow OBJECT MARKER YELLOW 12653 Object Marker - Yellow OBJECT MARKER YELLOW 12657 Object Marker - Yellow OBJECT MARKER YELLOW 12670 Object Marker-Yellow OBJECT MARKER YELLOW Second Second Second Second 0.00 Pole 0.00 Pole 0.00 Pole 0.00 Pole RANCHO SANTA FE RD RANCHO SANTA FE RD RANCHO SANTA FE RD EL CAMINO REAL SGN17155 SGN17176 SGN17180 SGN17194 12691 Object Marker-Yellow OBJECT MARKER YELLOW Second 18X18 2.00 Pole EL CAMINO REAL SGN17217 12841 Object Marker - Yellow OBJECT MARKER YELLOW Second 12X12 2.20 Pole CALLE TIMITEO SGN17389 12842 Object Marker - Yellow OBJECT MARKER YELLOW Second 12X12 2.90 Pole CALLE TIMITEO SGN17390 12900 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 2.10 Pole OLIVENHAIN RD SGN 17461 12909 Object Marker-Yellow OBJECT MARKER YELLOW 12910 Object Marker-Yellow OBJECT MARKER YELLOW Second Second 0.00 Pole 0.00 Pole CADENCIA ST CADENCIA ST 56N17476 SG N 17477 12918 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole RANCHO SANTA FE RD 56N17485 12919 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole RANCHO SANTA FE RD SGN17486 12989 Object Marker - Yellow OBJECT MARKER YELLOW 12990 Object Marker - Yellow OBJECT MARKER YELLOW 12991 Object Marker - Yellow OBJECT MARKER YELLOW 13008 Object Marker - Yellow OBJECT MARKER YELLOW 13011 Object Marker-Yellow OBJECT MARKER YELLOW 13016 Object Marker - Yellow OBJECT MARKER YELLOW Second Second Second Second Second Second 0.00 Pole 0.00 Pole 0.00 Pole 0.00 Pole 0.00 Pole 0.00 Pole CAMINO JUNIPER° AVENIDA MARAVILLA AVENIDA MARAVILLA CORTE ROMERO CORTE ROMERO CAMINO CEREZA SGN17558 SGN17559 SGN17560 SGN17577 SGN17580 SGN17592 13078 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CANNON RD SGN17670 13079 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CANNON RD SGN17671 13102 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CANNON RD SG N 17694 13105 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CANNON RD SGN 17697 13185 Object Marker - Yellow OBJECT MARKER YELLOW Second 0.00 Pole RANCHO SANTA FE RD SGN17790 41111' Revised 6/15/17 Contract No. 6037 Page 147 of 167 13186 Object Marker-Yellow OBJECT MARKER YELLOW 13189 Object Marker-Yellow OBJECT MARKER YELLOW 13190 Object Marker-Yellow OBJECT MARKER YELLOW 13212 Object Marker - Yellow OBJECT MARKER YELLOW 13213 Object Marker - Yellow OBJECT MARKER YELLOW 13244 Object Marker - Yellow OBJECT MARKER YELLOW Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 18X18 0.00 Pole RANCHO SANTA FE RD RANCHO SANTA FE RD MELROSE DR PASEO LUPINO PASEO LUPINO FARADAY AV SGN17791 SGN17794 SGN17795 SGN17817 SGN17818 SGN17851 13257 Object Marker - Yellow OBJECT MARKER YELLOW First 18X18 0.00 Pole FARADAY AV SGN17865 13305 Object Marker - Yellow OBJECT MARKER YELLOW 13306 Object Marker - Yellow OBJECT MARKER YELLOW 13352 Object Marker-Yellow OBJECT MARKER YELLOW 13357 Object Marker - Yellow OBJECT MARKER YELLOW 13390 Object Marker-Yellow OBJECT MARKER YELLOW 13463 Object Marker-Yellow OBJECT MARKER YELLOW 13519 Object Marker - Yellow OBJECT MARKER YELLOW Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 0.00 Pole Second 18x18 0.00 Pole PYRITE AV PYRITE AV AVENIDA ENCINAS MELROSE DR EL CAMINO REAL VIA PATRON CANNON RD 50N17915 SGN17916 SGN17965 SGN17973 SGN18009 SGN18085 SGN18156 13527 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole GRAND PACIFIC DR SGN18165 13532 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole THE CROSSINGS DR 50N18172 13674 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CHESTNUT AV SGN18355 13678 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CHESTNUT AV SGN18359 13679 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CHESTNUT AV SGN18360 13684 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CHESTNUT AV SGN18365 13699 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole CAMINO LINDO SGN 18381 13701 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 0.00 Pole WINDROSE CR SGN 18383 13704 Object Marker - Yellow OBJECT MARKER YELLOW Second 18X18 o.od Pole MELROSE DR SGN 18388 13738 Object Marker - Yellow OBJECT MARKER YELLOW Second 24x30 0.00 Pole ALGA RD SGN 18424 13844 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole FOUR PEAKS ST SGN18570 13845 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole FOUR PEAKS ST SGN18571 13851 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole BUCK RIDGE AV SGN18577 13857 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 0.00 Pole BUCK RIDGE AV SGN18583 14004 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 0.00 Pole GRAND PACIFIC DR SGN18891 15165 Object Marker-Yellow OBJECT MARKER YELLOW Side-by- 18x18 0.00 Barrier PARK DR SGN9791 15166 Object Marker-Yellow OBJECT MARKER YELLOW Side Side-by- 18x18 0.50 Barrier PARK DR SGN9793 15167 Object Marker-Yellow OBJECT MARKER YELLOW Side Side-by- 18x18 0.50 Barrier PARK DR SGN9794 15354 Object Marker - Yellow OBJECT MARKER YELLOW Side Second 18X18 1.50 Pole RAINTREE DR SGN15895 17013 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole STATE ST ALLEY SGN145 17014 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole STATE ST ALLEY SGN146 17054 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.80 Pole CARLSBAD BL SGN2976 17096 Object Marker - Yellow OBJECT MARKER YELLOW Second 18x18 1.00 Pole AVENIDA ENCINAS 50N3574 17128 Object Marker-Yellow OBJECT MARKER YELLOW Second 18x18 2.10 Pole AVENIDA ENCINAS SGN4638 17185 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 1.00 Pole LA GRAN VIA SGN6745 17433 Object Marker-Yellow OBJECT MARKER YELLOW Second 12x12 2.00 Pole MAGNOLIA AVE SGN13699 17449 Object Marker-Yellow OBJECT MARKER YELLOW First 18x18 1.40 Pole MAGNOLIA AVE SGN13738 17546 Object Marker-Yellow OBJECT MARKER YELLOW 17607 Object Marker - Yellow OBJECT MARKER YELLOW Second 0.00 Pole Second 12x12 1.30 Pole CAMINO CEREZA JEFFERSON ST 50N17591 SGN12521 26178 Object Marker Yellow OBJECT MARKER YELLOW Second 18x18 2.00 Pole STATE ST SGN21639 26192 Object Marker Yellow OBJECT MARKER YELLOW Second 18x18 1.25 Pole CARLSBAD BL SGN21653 OBJECTID SIGNTEXT SIGNLEVEL SIGNDIMENS MOUNTHEIGH MOUNTLOCAT STREETNAME UNITID 94 Keep Right Symbol First 24x30 0.00000000000 Pole STATE ST ALLEY 50N129 196 Keep Right Symbol First 18X24 4.30000000000 Pole AVENIDA VALERA SGN450 424 Keep Right Symbol First 24x30 0.00000000000 Pole EL CAMINO REAL SGN882 510 Keep Right Symbol First 24x30 0.00000000000 Pole PALOMAR AIRPORT RD SGN1056 603 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN1308 737 Keep Right Symbol First 24x30 0.00000000000 Pole STATE ST ALLEY SGN162 984 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN1361 1012 Keep Right Symbol First 24x30 0.00000000000 Pole POINSETTIA LN SGN 1605 1053 Keep Right Symbol First 24x30 0.00000000000 Pole PLAZA PASEO REAL PKG DY 50N1717 1120 Keep Right Symbol First 24X30 0.00000000000 Pole AVENIDA ENCINAS SON1818 1122 Keep Right Symbol First 24x30 0.00000000000. Pole AVENIDA ENCINAS SGN1820 4117e tai: Revised 6/15/17 Contract No. 6037 Page 148 of 167 1205 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN1975 1232 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN2017 1234 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN2019 1272 Keep Right Symbol First 18x24 0.00000000000 Pole HIDDEN VALLEY RD SGN2051 1288 Keep Right Symbol First 24x30 0.00000000000 Pole SALTAIRE WY SGN2077 1290 Keep Right Symbol First 24x30 0.00000000000 Pole SALTAIRE WY SGN2079 1359 Keep Right Symbol Second 24x30 0.00000000000 Pole EL CAMINO REAL SGN2214 1501 Keep Right Symbol First 24X30 0.00000000000 Pole AVENIDA ENCINAS SGN2416 1504 Keep Right Symbol First 24X30 0.00000000000 Pole AVENIDA ENCINAS SGN2419 1821 Keep Right Symbol First 24x30 0.00000000000 Pole LA COSTA AV SGN2825 1827 Keep Right Symbol First 24x30 0.00000000000 Pole LA COSTA AV SGN2831 1921 Keep Right Symbol First 18X24 0.00000000000 Pole CARLSBAD BL SGN2982 2297 Keep Right Symbol First 24X30 3.00000000000 Pole AVENIDA ENCINAS SGN3575 2338 Keep Right Symbol First 24x30 0.00000000000 Pole PASEO DEL NORTE SGN3704 2407 Keep Right Symbol First 24x30 5.30000000000 Pole COLLEGE BL SGN4405 2422 Keep Right Symbol First 24x30 0.00000000000 Pole PALOMAR AIRPORT RD SGN3789 2536 Keep Right Symbol First 24x30 4.90000000000 Pole ARMADA DR SGN3902 2543 Keep Right Symbol First 24x30 5.00000000000 Pole PALOMAR AIRPORT RD SGN3909 2550 Keep Right Symbol First 24x30 0.00000000000 Pole PALOMAR AIRPORT RD SGN3916 2789 Keep Right Symbol First 24x30 5.20000000000 Pole ARMADA DR SGN4470 2832 Keep Right Symbol First 24x30 0.00000000000 Pole ARMADA DR SGN4438 2844 Keep Right Symbol First 24x30 5.10000000000 Pole ARMADA DR SGN4454 2924 Keep Right Symbol First 24x30 0.00000000000 Pole AVENIDA ENCINAS SGN4639 2942 Keep Right Symbol First 24x30 0.00000000000 Pole ARMADA DR SGN4674 2986 Keep Right Symbol First 24x30 0.00000000000 Pole LEGOLAND DR SGN4728 3004 Keep Right Symbol First 24x30 0.00000000000 Pole CANNON RD SGN4746 3195 Keep Right Symbol First 24x30 0.00000000000 Pole COLLEGE BL SGN5084 3455 Keep Right Symbol First 24x30 0.00000000000 Pole COLLEGE BL SGN5491 3653 Keep Right Symbol First 24x30 0.00000000000 Pole AMARGOSA DR SGN5785 3746 Keep Right Symbol First 24x30 0.00000000000 Pole OLIVENHAIN RD SGN5886 5152 Keep Right Symbol First 24x30 0.00000000000 Pole POINSETTIA LN SGN7651 7408 Keep Right Symbol First 24x30 0.00000000000 Pole BATIQUITOS DR SGN10777 7414 Keep Right Symbol First 24x30 1.00000000000 Pole BATIQUITOS DR SGN10783 7474 Keep Right Symbol First 18X24 0.00000000000 Pole GABBIANO LN SGN10855 7477 Keep Right Symbol First 18X24 0.00000000000 Pole GABBIANO LN SGN10858 7479 Keep Right Symbol First 24x30 0.00000000000 Pole GABBIANO LN SGN 10860 7483 Keep Right Symbol First 18X24 0.00000000000 Pole GABBIANO LN SGN 10864 7485 Keep Right Symbol First 18X24 0.00000000000 Pole GABBIANO LN SGN 10866 7491 Keep Right Symbol First 24x30 0.00000000000 Pole BATIQUITOS DR SGN 10872 7493 Keep Right Symbol First 18X24 0.00000000000 Pole BATIQUITOS DR SGN10874 7497 Keep Right Symbol First 18X24 0.00000000000 Pole BATIQUITOS DR SGN10878 7502 Keep Right Symbol First 18X24 0.00000000000 Pole GABBIANO LN SGN10883 7885 Keep Right Symbol First 18x24 0.00000000000 Pole FARADAY AV SGN11393 8185 Keep Right Symbol First 24X30 0.00000000000 Pole ALICANTE RD SGN11750 8695 Keep Right Symbol First 24x30 0.00000000000 Pole EL CAMINO REAL SGN12363 8705 Keep Right Symbol First 24x30 0.00000000000 Pole EL CAMINO REAL SGN12375 8767 Keep Right Symbol First 24x30 0.00000000000 Pole JEFFERSON ST SGN12477 8792 Keep Right Symbol First 24x30 0.00000000000 Pole JEFFERSON ST SGN12505 8795 Keep Right Symbol First 24x30 0.00000000000 Pole JEFFERSON ST SGN 12508 8814 Keep Right Symbol First 24X30 0.00000000000 Pole MARRON RD SGN12531 8909 Keep Right Symbol First 24x30 5.80000000000 Pole GARFIELD ST SGN 12644 9136 Keep Right Symbol First 18x24 0.00000000000 Pole GRAND AV SON 12896 9139 Keep Right Symbol First 18x24 0.00000000000 Pole GRAND AV SGN 12899 9185 Keep Right Symbol First 24x30 0.00000000000 Pole WASHINGTON ST SGN 12951 9244 Keep Right Symbol First 18x24 0.00000000000 Pole MADISON ST SGN13017 9334 Keep Right Symbol First 24x30 0.00000000000 Pole STATE ST ALLEY SGN13130 9336 Keep Right Symbol First 24x30 0.00000000000 Pole STATE ST ALLEY SGN13132 9474 Keep Right Symbol First 18x24 0.00000000000 Pole CARLSBAD VILLAGE DR SGN13300 9667 Keep Right Symbol First 24x30 0.00000000000 Pole VICTORIA AV SGN13506 10295 Keep Right Symbol First 18X24 0.00000000000 Pole TAMARACK AV SGN14347 4P7k tat -I- Revised 6/15/17 Contract No. 6037 Page 149 of 167 10311 Keep Right Symbol First 18x24 3.00000000000 Pole TAMARACK AV SGN14367 10409 Keep Right Symbol First 24X30 0.00000000000 Pole CANNON RD SGN14491 10933 Keep Right Symbol First 24x30 0.00000000000 Pole PASEO DEL NORTE SGN15155 10934 Keep Right Symbol First 24x30 0.00000000000 Pole PASEO DEL NORTE SGN15156 10952 Keep Right Symbol First 24X30 0.00000000000 Pole FARADAY AV SGN15177 10958 Keep Right Symbol First 24X30 0.00000000000 Pole FARADAY AV SGN15186 11037 Keep Right Symbol First 0.00000000000 Pole MELROSE DR SGN15296 11039 Keep Right Symbol First 24x30 0.00000000000 Pole MELROSE DR SGN15298 11249 Keep Right Symbol First 24x30 0.00000000000 Pole AVIARA PY SGN15544 11250 Keep Right Symbol First 24x30 0.00000000000 Pole AVIARA PY SGN15545 11334 Keep Right Symbol Third 18X36 0.00000000000 Pole POINSETTIA LN SGN15634 11372 Keep Right Symbol First 24X30 0.00000000000 Pole ALEXANDRI CR SGN15676 11428 Keep Right Symbol First 18X24 0.00000000000 Pole ELDER CT SGN15742 11429 Keep Right Symbol First 18X24 0.00000000000 Pole ELDER CT SGN15743 11444 Keep Right Symbol First 0.00000000000 Pole EMBARCADERO LN SGN15768 11445 Keep Right Symbol First 0.00000000000 Pole EMBARCADERO LN SGN 15769 11524 Keep Right Symbol First 24X30 0.00000000000 Pole PASEO PALERO SGN15874 11527 Keep Right Symbol First 24X30 0.00000000000 Pole PASEO PALERO SGN15877 11720 Keep Right Symbol First 18X24 0.00000000000 Pole KALMIA CR SGN16106 11745 Keep Right Symbol First 18X24 0.00000000000 Pole KALMIA CR SGN16131 11758 Keep Right Symbol First 24X18 0.00000000000 Pole POINSETTIA LN SGN16144 11827 Keep Right Symbol First 24X30 0.00000000000 Pole AVENIDA ENCINAS SGN16224 11964 Keep Right Symbol First 0.00000000000 Pole EL CAMINO REAL SGN16385 12048 Keep Right Symbol First 24X30 0.00000000000 Pole RANCHO BRAVADO SGN16508 12051 Keep Right Symbol First 24X30 0.00000000000 Pole CITRACADO CR SGN16511 12230 Keep Right Symbol First 24X18 0.00000000000 Pole PASEO ESCUELA SGN16707 12268 Keep Right Symbol First 0.00000000000 Pole PLAZA DR SGN16745 12295 Keep Right Symbol First 18X24 0.00000000000 Pole VIA PUERTA SGN16773 12308 Keep Right Symbol First 18X24 0.00000000000 Pole ESTRELLA DE MAR RD SGN16799 12311 Keep Right Symbol First 18X24 0.00000000000 Pole ESTRELLA DE MAR RD SGN16802 12444 Keep Right Symbol First 24X30 0.00000000000 Pole ALGA RD SGN16948 12459 Keep Right Symbol First 24X30 0.00000000000 Pole ALGA RD SGN16963 12601 Keep Right Symbol First 24X30 0.00000000000 Pole EL CAMINO REAL SGN17117 12604 Keep Right Symbol First 24X30 0.00000000000 Pole EL CAMINO REAL SGN17120 12635 Keep Right Symbol First 0.00000000000 Pole RANCHO SANTA FE RD SGN17154 12652 Keep Right Symbol First 0.00000000000 Pole RANCHO SANTA FE RD SGN17175 12656 Keep Right Symbol First 0.00000000000 Pole RANCHO SANTA FE RD SGN17179 12669 Keep Right Symbol First 0.00000000000 Pole EL CAMINO REAL SGN17193 12690 Keep Right Symbol First 24X30 0.00000000000 Pole EL CAMINO REAL SGN17216 12840 Keep Right Symbol First 18X24 0.00000000000 Pole CALLE TIMITEO SGN17388 12843 Keep Right Symbol First 18X24 0.00000000000 Pole CALLE TIMITEO SGN 17391 12899 Keep Right Symbol First 24X30 0.00000000000 Pole OLIVENHAIN RD SGN17460 12907 Keep Right Symbol First 0.00000000000 Pole CADENCIA ST SGN17474 12908 Keep Right Symbol First 0.00000000000 Pole CADENCIA ST SGN17475 12920 Keep Right Symbol First 24x30 0.00000000000 Pole RANCHO SANTA FE RD SGN17487 12986 Keep Right Symbol First 0.00000000000 Pole CAMINO JUNIPERO SGN17555 12992 Keep Right Symbol First 0.00000000000 Pole AVENIDA MARAVILLA SGN17561 12993 Keep Right Symbol First 0.00000000000 Pole AVENIDA MARAVILLA SGN17562 13009 Keep Right Symbol First 0.00000000000 Pole CORTE ROMERO SGN17578 13010 Keep Right Symbol First 0.00000000000 Pole CORTE ROMERO SGN17579 13082 Keep Right Symbol First 24x30 0.00000000000 Pole CANNON RD SGN17674 13083 Keep Right Symbol First 24x30 0.00000000000 Pole CANNON RD SGN17675 13097 Keep Right Symbol First 24x30 0.00000000000 Pole CANNON RD SGN17689 13183 Keep Right Symbol First 0.00000000000 Pole RANCHO SANTA FE RD SGN17788 13184 Keep Right Symbol First •0.00000000000 Pole RANCHO SANTA FE RD 561417789 13187 Keep Right Symbol First 0.00000000000 Pole MELROSE DR SGN17792 13188 Keep Right Symbol First • 0.00000000000 Pole RANCHO SANTA FE RD SGN17793 13210 Keep Right Symbol First 0.00000000000 Pole PASEO LUPINO SGN17815 13211 Keep Right Symbol First 0.00000000000 Pole PASEO LUPINO SGN17816 13303 Keep Right Symbol First 36X36 0.00000000000 Pole PYRITE AV SGN17913 411'. -1- Revised 6/15/17 Contract No. 6037 Page 150 of 167 13304 Keep Right Symbol First. 0.00000000000 Pole PYRITE AV SGN17914 13351 Keep Right Symbol First 0.00000000000 Pole AVENIDA ENCINAS SGN17964 13356 Keep Right Symbol First 0.00000000000 Pole MELROSE DR SGN17972 13389 Keep Right Symbol First 0.00000000000 Pole EL CAMINO REAL SGN18008 13462 Keep Right Symbol First 0.00000000000 Pole VIA PATRON SGN18084 13526 Keep Right Symbol First 24x30 0.00000000000 Pole GRAND PACIFIC DR SGN18164 13673 Keep Right Symbol First 24x30 0.00000000000 Pole CHESTNUT AV SGN18354 13677 Keep Right Symbol First 24x30 0.00000000000 Pole CHESTNUT AV SGN18358 13680 Keep Right Symbol First 24x30 0.00000000000 Pole CHESTNUT AV SGN18361 13683 Keep Right Symbol First 24x30 0.00000000000 Pole CHESTNUT AV SGN18364 13698 Keep Right Symbol First 24x30 0.00000000000 Pole CAMINO LINDO SGN18380 13700 Keep Right Symbol First 24x30 0.00000000000 Pole WINDROSE CR SGN18382 13703 Keep Right Symbol First 18x24 0.00000000000 Pole JVIELROSE DR SGN18387 13739 Keep Right Symbol First 24x30 0.00000000000 Pole ALGA RD SGN18425 13842 Keep Right Symbol First 24x30 0.00000000000 Pole FOUR PEAKS ST SGN18568 13843 Keep Right Symbol First 24x30 0.00000000000 Pole FOUR PEAKS ST SGN18569 13850 Keep Right Symbol First 24x30 0.00000000000 Pole BUCK RIDGE AV SGN18576 13856 Keep Right Symbol First 24x30 0.00000000000 Pole BUCK RIDGE AV SGN18582 14003 Keep Right Symbol First 24x30 0.00000000000 Pole GRAND PACIFIC DR SGN18890 15353 Keep Right Symbol First 24X30 0.00000000000 Pole FtAINTREE DR SGN 15894 16968 Keep Right Symbol First 24x30 4.08000000000 Pole STATE ST' SGN21492 17012 Keep Right Symbol First 24x30 0.00000000000 Pole STATE ST ALLEY SGN144 17020 Keep Right Symbol First 18X24 0.00000000000 Pole AVIARA PY SGN1015 17055 Keep Right Symbol First 18X24 0.00000000000 Pole CARLSBAD BL SGN2977 17544 Keep Right Symbol First 0.00000000000 Pole CAMINO CEREZA SGN17589 17545 Keep Right Symbol First 0.00000000000 Pole CAMINO CEREZA SGN 17590 17608 Keep Right Symbol First 18x24 0.00000000000 Pole JEFFERSON ST SGN12520 •‘'t ta Revised 6/15/17 Contract No. 6037 Page 151 of 167 OBJECTID SIGNTEXT SIGNLEVEL SIGNDIME MOUNTHEIGH MOUNTLO STREETNAME UNITID 75 No Parking/Bike Lane Third 12x18 0.00000000000 Pole CARLSBAD BL SGN95 210 No Parking/Bike Lane First 12x18 0.00000000000 Pole JEFFERSON ST SGN471 324 No Parking/Bike Lane First 12x18 7.00000000000 Pole CARLSBAD BL SGN639 370 No Parking/Bike Lane Third 12x18 7.00000000000 Pole ALGA RD SGN788 440 No Parking/Bike Lane First 12x18 6.90000000000 Pole PALOMAR AIRPORT RD SGN925 476 No Parking/Bike Lane Third 12x18 7.00000000000 Pole MELROSE DR SGN1281 519 No Parking/Bike Lane First 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN1065 520 No Parking/Bike Lane First 12x18 7.30000000000 Pole HIDDEN VALLEY RD SGN1068 521 No Parking/Bike Lane First 12x18 7.30000000000 Pole HIDDEN VALLEY RD SGN1069 524 No Parking/Bike Lane First 12x18 7.60000000000 Pole HIDDEN VALLEY RD SGN1073 548 No Parking/Bike Lane First 12x18 7.90000000000 Pole POINSETTIA LN SGN1205 592 No Parking/Bike Lane Second 12x18 6.90000000000 Pole MELROSE DR SGN1291 595 No Parking/Bike Lane First 12x18 7.10000000000 Pole MELROSE DR SGN1295 604 No Parking/Bike Lane First 12x18 7.10000000000 Pole MELROSE DR SGN1309 683 No Parking/Bike Lane First 12x18 7.25000000000 Pole PALOMAR AIRPORT RD SGN1450 684 No Parking/Bike Lane First 12x18 7.25000000000 Pole PALOMAR AIRPORT RD SGN1451 685 No Parking/Bike Lane First 12x18 7.25000000000 Pole PALOMAR AIRPORT RD SGN1452 686 No Parking/Bike Lane First 12x18 7.17000000000 Pole PALOMAR AIRPORT RD SGN1453 776 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA LN SGN1530 783 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA IN SGN1537 784 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA LN SGN1538 791 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA LN SGN1545 834 No Parking/Bike Lane First 12x18 7.10000000000 Pole AVIARA PY SGN1003 835 No Parking/Bike Lane First 12x18 7.40000000000 Pole AVIARA PY SGN1008 838 No Parking/Bike Lane First 12x18 7.40000000000 Pole AVIARA PY SGN1011 900 No Parking/Bike Lane First 12x18 7.50000000000 Pole POINSETTIA LN SGN1343 923 No Parking/Bike Lane First 12x18 6.80000000000 Pole POINSETTIA LN SGN1924 941 No Parking/Bike Lane First 12x18 9.30000000000 Pole POINSETTIA LN SGN1636 968 No Parking/Bike Lane Second 12x18 7.00000000000 Pole MELROSE DR SGN1344 970 No Parking/Bike Lane First 12x18 7.10000000000 Pole MELROSE DR SGN1346 980 No Parking/Bike Lane First 12x18 7.20000000000 Pole MELROSE DR SGN1356 982 No Parking/Bike Lane Second 12x18 7.20000000000 Pole MELROSE DR SGN1358 997 No Parking/Bike Lane Second 12x18 6.50000000000 Pole POINSETTIA LN SGN1577 1003 No Parking/Bike Lane Second 12x18 6.90000000000 Pole POINSETTIA LN SGN1583 1006 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA LN SGN1587 1035 No Parking/Bike Lane First 12x18 0.00000000000 Pole PASEO DEL NORTE SGN1693 1070 No Parking/Bike Lane First 12x18 7.40000000000 Pole EL CAMINO REAL SGN1731 1071 No Parking/Bike Lane First 12x18 6.60000000000 Pole EL CAMINO REAL SG N1732 1082 No Parking/Bike Lane First 12x18 7.20000000000 Pole CARLSBAD BL SGN1943 1085 No Parking/Bike Lane First 12x18 6.60000000000 Pole CARLSBAD BL SGN1954 1124 No Parking/Bike Lane Second 12x18 5.40000000000 Pole AVENIDA ENCINAS SGN1822 1192 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA LN SGN1922 1193 No Parking/Bike Lane First 12X18 7.00000000000 Pole MELROSE DR SGN1961 1196 No Parking/Bike Lane Second 12x18 0.00000000000 Pole MELROSE DR SGN1964 1198 No Parking/Bike Lane First 12x18 7.00000000000 Pole MELROSE DR SGN1967 1199 No Parking/Bike Lane First 12x18 7.10000000000 Pole MELROSE DR SGN1968 1200 No Parking/Bike Lane First 12x18 7.30000000000 Pole MELROSE DR SGN1969 1206 No Parking/Bike Lane First 12x18 7.20000000000 Pole MELROSE DR SGN1976 1213 No Parking/Bike Lane First 12x18 7.40000000000 Pole HIDDEN VALLEY RD SGN1988 1214 No Parking/Bike Lane Second 12x18 7.10000000000 Pole HIDDEN VALLEY RD SGN1990 1256 No Parking/Bike Lane First 12x18 7.00000000000 Pole MELROSE DR SGN2029 1253 No Parking/Dike Lane First 12.16 7.08000000000 Pole PAI.OMAR AIRPORT RD SGN2052 1259 No Parking/Bike Lane First 12x18 7.17000000000 Pole PALOMAR AIRPORT RD SGN2033 1270 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN2048 1.411? Revised 6/15/17 Contract No. 6037 Page 152 of 167 1283 No Parking/Bike Lane First 12x18 6.90000000000 Pole HIDDEN VALLEY RD SGN2064 1295 No Parking/Bike Lane First 12x18 7.10000000000 Pole HIDDEN VALLEY RD SGN2084 1322 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA LN SGN2130 1324 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA LN SGN2156 1337 No Parking/Bike Lane First 12x18 7.40000000000 Pole MELROSE DR SGN2185 1339 No Parking/Bike Lane First 12x18 7.00000000000 Pole MELROSE DR SGN2188 1340 No Parking/Bike Lane First 12x18 6.80000000000 Pole MELROSE DR SGN2189 1375 No Parking/Bike Lane First 12x18 7.58000000000 Pole EL CAMINO REAL SGN2333 1420 No Parking/Bike Lane First 12x18 9.50000000000 Pole TAMARACK AV SGN2248 1429 No Parking/Bike Lane First 18x12 7.75000000000 Pole EL CAMINO REAL • SGN2257 1433 No Parking/Bike Lane First 18x12 7.50000000000 Pole EL CAMINO REAL SGN2262 1437 No Parking/Bike Lane First 18x12 7.33000000000 Pole EL CAMINO REAL SGN2266 1475 No Parking/Bike Lane First 12x18 7.08000000000 Pole EL CAMINO REAL SGN2386 1607 No Parking/Bike Lane First 12x18 7.20000000000 Pole AVENIDA ENCINAS SGN2545 1645 No Parking/Bike Lane First 12x18 7.70000000000 Pole AVENIDA ENCINAS SGN2598 1646 No Parking/Bike Lane First 12x18 7.40000000000 Pole AVENIDA ENCINAS SGN2599 1700 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL CAMINO REAL SGN2674 1747 No Parking/Bike Lane Second 12x18 6.00000000000 Pole CAMINO DE LOS COCHES SGN2713 1761 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN2732 1772 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2840 1795 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2795 1808 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2812 1809 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2813 1810 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2814 1811 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2815 1812 No Parking/Bike Lane Second 12x18 7.50000000000 Pole LA COSTA AV SGN2816 1814 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2818 1815 No Parking/Bike Lane First 12x18 7.00000000000 Pole LA COSTA AV SGN2819 1816 No Parking/Bike Lane Second 12x18 5.60000000000 Pole LA COSTA AV SGN2820 1819 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2823 1830 No Parking/Bike Lane First 12x18 7.10000000000 Pole LA COSTA AV SGN2841 1831 No Parking/Bike Lane First 12x18 7.20000000000 Pole LA COSTA AV SGN2842 1851 No Parking/Bike Lane First 12x18 7.00000000000 Pole ISLAND WY SGN2900 1887 No Parking/Bike Lane First 12x18 0.00000000000 Pole CARLSBAD BL SGN2937 1955 No Parking/Bike Lane Second 12x18 7.10000000000 Pole LA COSTA AV SGN3067 1956 No Parking/Bike Lane Second 12x18 7.00000000000 Pole LA COSTA AV SGN3068 1958 No Parking/Bike Lane First 12x18 7.00000000000 Pole LA COSTA AV SGN3071 1965 No Parking/Bike Lane First 12x18 6.90000000000 Pole EL CAMINO REAL SGN3100 1966 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN3101 1998 No Parking/Bike Lane First 12x18 7.10000000000 Pole EL CAMINO REAL SGN3133 2003 No Parking/Bike Lane First 12x18 7.40000000000 Pole EL CAMINO REAL SGN3150 2005 No Parking/Bike Lane First 12x18 8.10000000000 Pole EL CAMINO REAL SGN3152 2011 No Parking/Bike Lane First 12x18 6.30000000000 Pole EL CAMINO REAL SGN3160 2016 No Parking/Bike Lane First 12x18 7.20000000000 Pole EL CAMINO REAL SGN3165 2042 No Parking/Bike Lane First 12x18 8.00000000000 Pole EL CAMINO REAL SGN3227 2072 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN3277 2119 No Parking/Bike Lane First 12x18 6.90000000000 Pole LA COSTA AV SGN3365 2220 No Parking/Bike Lane First 12x18 6.60000000000 Pole EL CAMINO REAL SGN3433 2226 No Parking/Bike Lane First 12x18 6.70000000000 Pole EL CAMINO REAL SGN3440 2267 No Parking/Bike Lane Second 12x18 7.20000000000 Pole RANCHO SANTA FE RD SGN3482 '2292 No Parking/Bike Lane Second 12X18 5.60000000000 Pole RANCHO SANTA FE RD SGN3556 2294 No Parking/Bike Lane First 12x18 8.20000000000 Pole RANCHO SANTA FE RD SGN3558 2318 No Parking/Bike Lane First 12x18 6.80000000000 Pole EL CAMINO REAL SGN3596 2388 No Parking/Bike Lane First 12x18 7.20000000000 Pole PALOMAR AIRPORT RD SGN3787 2537 No Parking/Bike Lane First 12x18 7.10000000000 Pole ARMADA DR SGN3903 2560 No Parking/Bike Lane Second 12x18 7.20000000000 Pole ARMADA DR SGN3927 Revised 6/15/17 Contract No. 6037 Page 153 of 167 2563 No Parking/Bike Lane First 12x18 7.30000000000 Pole ARMADA DR SGN3930 2564 No Parking/Bike Lane First 12x18 7.20000000000 Pole ARMADA DR SGN3931 2565 No Parking/Bike Lane First 12x18 7.20000000000 Pole ARMADA DR SGN3932 2567 No Parking/Bike Lane First 12x18 7.00000000000 Pole ARMADA DR SGN3934 2659 No Parking/Bike Lane First 12x18 7.08000000000 Pole PALOMAR AIRPORT RD SGN4149 2670 No Parking/Bike Lane Second 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN4165 2671 No Parking/Bike Lane First 12x18 8.58000000000 Pole PALOMAR AIRPORT RD SGN4166 2672 No Parking/Bike Lane First 12x18 7.50000000000 Pole PALOMAR AIRPORT RD SGN4167 2686 No Parking/Bike Lane First 12x18 7.25000000000 Pole PALOMAR AIRPORT RD SGN4182 2687 No Parking/Bike Lane First 12x18 7.25000000000 Pole PALOMAR AIRPORT RD SGN4183 2688 No Parking/Bike Lane First 12x18 7.17000000000 Pole PALOMAR AIRPORT RD SGN4184 2695 No Parking/Bike Lane First 12x18 0.00000000000 Pole MELROSE DR SGN4191 2699 No Parking/Bike Lane First 12)(18 0.00000000000 Pole MELROSE DR SGN4196 2711 No Parking/Bike Lane First 12x18 7.20000000000 Pole PALOMAR AIRPORT RD SGN4218 2717 No Parking/Bike Lane Third 12x18 0.00000000000 Pole PALOMAR AIRPORT RD SGN4229 2746 No Parking/Bike Lane First 12x18 6.92000000000 Pole PALOMAR AIRPORT RD SGN4267 2767 No Parking/Bike Lane Second 12x18 7.10000000000 Pole PALOMAR AIRPORT RD SGN4315 2777 No Parking/Bike Lane First 12x18 9.60000000000 Pole EL RASTRO LN SGN4331 2787 No Parking/Bike Lane First 12x18 6.90000000000 Pole COLLEGE BL SGN4425 2790 No Parking/Bike Lane Second 12x18 0.00000000000 Pole ARMADA DR SGN4471 2792 No Parking/Bike Lane First 12x18 7.40000000000 Pole ARMADA DR SGN4473 2793 No Parking/Bike Lane First 12x18 7.20000000000 Pole ARMADA DR SGN4474 2836 No Parking/Bike Lane First 12X18 7.10000000000 Pole ARMADA DR SGN4446 2837 No Parking/Bike Lane First 12x18 7.10000000000 Pole ARMADA DR SGN4447 2839 No Parking/Bike Lane First 12x18 7.10000000000 Pole ARMADA DR SGN4449 2840 No Parking/Bike Lane First 12x18 7.10000000000 Pole ARMADA DR SGN4450 2847 No Parking/Bike Lane First 12x18 0.00000000000 Pole ARMADA DR SGN4457 2849 No Parking/Bike Lane First 12x18 7.00000000000 Pole ARMADA DR SGN4460 2850 No Parking/Bike Lane First 12x18 7.20000000000 Pole ARMADA DR SGN4461 2851 No Parking/Bike Lane Second 12x18 7.20000000000 Pole ARMADA DR SGN4462 2855 No Parking/Bike Lane First 12x18 7.00000000000 Pole ARMADA DR SGN4468 2947 No Parking/Bike Lane Second 12x18 7.10000000000 Pole ARMADA DR SGN4682 2998 No Parking/Bike Lane First 12x18 7.40000000000 Pole CANNON RD SGN4740 3006 No Parking/Bike Lane First 12x18 7.30000000000 Pole LEGOLAND DR SGN4749 3010 No Parking/Bike Lane Second 12x18 7.20000000000 Pole CANNON RD SGN4757 3071 No Parking/Bike Lane Second 12x18 0.00000000000 Pole EL CAMINO REAL SGN4885 3076 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN4899 3158 No Parking/Bike Lane First 12x18 6.80000000000 Pole FARADAY AV SGN5027 3163 No Parking/Bike Lane Second 12x18 7.10000000000 Pole FARADAY AV SGN5040 3180 No Parking/Bike Lane First 12x18 7.25000000000 Pole COLLEGE BL SGN5063 3184 No Parking/Bike Lane First 12x18 7.17000000000 Pole COLLEGE BL SGN5069 3185 No Parking/Bike Lane First 12x18 7.10000000000 Pole COLLEGE BL SGN5072 3188 No Parking/Bike Lane First 12x18 5.90000000000 Pole COLLEGE BL SGN5076 3228 No Parking/Bike Lane First 12X18 6.70000000000 Pole CANNON RD SGN5130 3232 No Parking/Bike Lane First 12x18 7.00000000000 Pole CANNON RD SGN5134 3458 No Parking/Bike Lane Second 12x18 7.40000000000 Pole FARADAY AV SGN5504 3466 No Parking/Bike Lane First 12x18 7.20000000000 Pole FARADAY AV SGN5518 3475 No Parking/Bike Lane First 12x18 7.40000000000 Pole FARADAY AV SGN5563 3650 No Parking/Bike Lane First 12x18 6.90000000000 Pole OLIVENHAIN RD SGN5778 3921 No Parking/Bike Lane First 12x18 7.20000000000 Pole RANCHO SANTA FE RD SGN6084 3931 No Parking/Bike Lane First 12x18 6.90000000000 Pole CALLE BARCELONA SGN6096 3958 No Parking/Bike Lane Second 12x18 7.00000000000 Pole CALLE BARCELONA SGN6124 3960 No Parking/Bike Lane First 12x18 7.10000000000 Pole CALLE BARCELONA SGN6126 3971 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SC.N6138 3972 No Parking/Bike Lane First 12x18 7.10000000000 Pole CALLE BARCELONA SGN6139 3983 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6150 4rilf -1- Revised 6/15/17 Contract No. 6037 Page 154 of 167 4006 No Parking/Bike Lane First 12x18 7.10000000000 Pole CALLE BARCELONA SGN6176 4007 No Parking/Bike Lane Second 12x18 7.00000000000 Pole CALLE BARCELONA SGN6177 4010 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6180 4015 No Parking/Bike Lane First 12x18 7.10000000000 Pole CALLE BARCELONA SGN6188 4037 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6213 4040 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6216 4042 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6218 4046 No Parking/Bike Lane Second 12x18 6.90000000000 Pole CALLE BARCELONA SGN6222 4052 No Parking/Bike Lane Second 12x18 7.00000000000 Pole CALLE BARCELONA SGN6228 4053 No Parking/Bike Lane First 12x18 0.00000000000 Pole CALLE BARCELONA , SGN6229 4056 No Parking/Bike Lane First 12x18 0.00000000000 Pole CALLE BARCELONA SGN6232 4076 No Parking/Bike Lane Second 12x18 0.00000000000 Pole CALLE BARCELONA SGN6257 4079 No Parking/Bike Lane First 12x18 6.90000000000 Pole CALLE BARCELONA SGN6262 4083 No Parking/Bike Lane First 12x18 7.00000000000 Pole CALLE BARCELONA SGN6266 4086 No Parking/Bike Lane First 12x18 7.60000000000 Pole EL CAMINO REAL SGN6272 4156 No Parking/Bike Lane First 12x18 7.10000000000 Pole BATIQUITOS DR SGN6360 4167 No Parking/Bike Lane First 12x18 7.10000000000 Pole CALLE BARCELONA SGN6373 4312 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN6539 4572 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN6850 4598 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN6883 4735 No Parking/Bike Lane First 12x18 0.00000000000 Pole BATIQUITOS DR SGN7129 4935 No Parking/Bike Lane First 12x18 0.00000000000 Pole MELROSE DR SGN7351 4980 No Parking/Bike Lane First 12x18 7.70000000000 Pole ALGA RD SGN7407 5026 No Parking/Bike Lane First 12x18 7.50000000000 Pole ALGA RD SGN7500 5029 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN7503 5144 No Parking/Bike Lane First 12x18 7.00000000000 Pole POINSETTIA IN SGN7634 5145 No Parking/Bike Lane First 12x18 7.10000000000 Pole POINSETTIA LN SGN7637 5146 No Parking/Bike Lane First 12x18 6.60000000000 Pole POINSETTIA LN SGN7639 5147 No Parking/Bike Lane First 12x18 7.30000000000 Pole POINSETTIA LN SGN7643 5149 No Parking/Bike Lane First 12x18 7.30000000000 Pole POINSETTIA LN SGN7647 5304 No Parking/Bike Lane First 12x18 6.67000000000 Pole COLLEGE BL SGN7912 5524 No Parking/Bike Lane First 12x18 6.10000000000 Pole TAMARACK AV SGN8225 5811 No Parking/Bike Lane First 3.8x12 7.17000000000 Pole CARLSBAD VILLAGE DR SGN8627 5858 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN8702 6013 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN8914 6034 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN8936 6274 No Parking/Bike Lane First 12x18 6.90000000000 Pole BATIQUITOS DR SGN9256 6294 No Parking/Bike Lane First 12x18 0.00000000000 Pole AVIARA PY SGN9279 6312 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN9302 6325 No Parking/Bike Lane First 12X18 7.00000000000 Pole BATIQUITOS DR SGN9315 6372 No Parking/Bike Lane Second 12x18 7.20000000000 Pole MONROE ST SGN9376 7194 No Parking/Bike Lane First 12x18 7.00000000000 Pole CARLSBAD VILLAGE DR SGN10457 7434 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA LN SGN10807 7760 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN11200 7768 No Parking/Bike Lane Second 12x18 7.00000000000 Pole RANCHO SANTA FE RD SGN11209 7776 No Parking/Bike Lane Second 12X18 7.10000000000 Pole RANCHO SANTA FE RD SGN11218 7786 No Parking/Bike Lane First 12x18 8.40000000000 Pole RANCHO SANTA FE RD SGN11228 7795 No Parking/Bike Lane Second 0.00000000000 Pole CARLSBAD VILLAGE DR SGN11245 7798 No Parking/Bike Lane First 12x18 7.00000000000 Pole CARLSBAD VILLAGE DR SGN11248 7883 No Parking/Bike Lane Second 12x18 8.33000000000 Pole FARADAY AV SGN11391 7893 No Parking/Bike Lane Fourth 18x12 4.83000000000 Pole FARADAY AV SGN11401 7973 No Parking/Bike Lane Second 12x18 7.00000000000 Pole MELROSE DR SGN11494 7975 No Parking/Bike Lane First 0.00000000000 Pole MELROSE DR SGN11496 8638 No Parking/Bike Lane First 18x12 7.50000000000 Pole COLLEGE BL SGN12290 8656 No Parking/Bike Lane First 18x12 7.17000000000 Pole PONTIAC DR SGN12317 8657 No Parking/Bike Lane First 18x12 6.58000000000 Pole EL CAMINO REAL SGN12318 Revised 6/15/17 Contract No. 6037 Page 155 of 167 8675 No Parking/Bike Lane First 12x18 7.50000000000 Pole EL CAMINO REAL SGN12338 8676 No Parking/Bike Lane First 12x18 6.83000000000 Pole PONTIAC DR SGN12339 8677 No Parking/Bike Lane First 12x18 7.17000000000 Pole PONTIAC DR SGN12340 8679 No Parking/Bike Lane First 12x18 7.08000000000 Pole EL CAMINO REAL SGN12342 8680 No Parking/Bike Lane First 12x18 7.00000000000 Pole EL CAMINO REAL SGN12343 8683 No Parking/Bike Lane First 12x18 7.25000000000 Pole EL CAMINO REAL SGN12347 8685 No Parking/Bike Lane First 12x18 7.67000000000 Pole EL CAMINO REAL SGN 12349 8687 No Parking/Bike Lane First 12x18 6.92000000000 Pole EL CAMINO REAL SGN12351 8722 No Parking/Bike Lane First 0.00000000000 Pole LA COSTA AV SGN 12400 8723 No Parking/Bike Lane First 0.00000000000 Pole LA COSTA AV SGN12401 8730 No Parking/Bike Lane First 0.00000000000 Pole LA COSTA AV SGN 12410 8731 No Parking/Bike Lane First 0.00000000000 Pole LA COSTA AV SGN12411 8758 No Parking/Bike Lane Second 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN12463 8759 No Parking/Bike Lane First 12x18 7.08000000000 Pole PALOMAR AIRPORT RD SGN12464 8760 No Parking/Bike Lane Second 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN12465 8796 No Parking/Bike Lane First 12x18 7.30000000000 Pole JEFFERSON ST SGN12509 8803 No Parking/Bike Lane First 12x18 7.30000000000 Pole JEFFERSON ST SGN12516 8806 No Parking/Bike Lane First 12x18 6.90000000000 Pole JEFFERSON ST SGN12519 8808 No Parking/Bike Lane Second 12x18 6.60000000000 Pole JEFFERSON ST SGN12523 8810 No Parking/Bike Lane First 12x18 7.30000000000 Pole JEFFERSON ST SGN12525 8812 No Parking/Bike Lane First 12x18 7.30000000000 Pole JEFFERSON ST SGN12527 8813 No Parking/Bike Lane First 12x18 7.30000000000 Pole JEFFERSON ST SGN12528 8852 No Parking/Bike Lane First 12x18 7.20000000000 Pole MARRON RD SGN12577 8862 No Parking/Bike Lane First 12x18 6.70000000000 Pole MONROE ST SGN12593 8863 No Parking/Bike Lane First 12x18 7.10000000000 Pole MONROE ST SGN12594 8869 No Parking/Bike Lane First 12x18 7.50000000000 Pole CARLSBAD VILLAGE DR SGN12602 8871 No Parking/Bike Lane Second 12x18 6.30000000000 Pole CARLSBAD VILLAGE DR SGN12604 8872 No Parking/Bike Lane First 12x18 7.60000000000 Pole CARLSBAD VILLAGE DR SGN12605 8873 No Parking/Bike Lane First 12x18 7.70000000000 Pole CARLSBAD VILLAGE DR SGN12606 8893 No Parking/Bike Lane First 12x18 7.00000000000 Pole CARLSBAD VILLAGE DR SGN12626 8929 No Parking/Bike Lane First 12x18 7.00000000000 Pole CARLSBAD BL SGN 12673 9724 No Parking/Bike Lane Second 12x18 7.00000000000 Pole CARLSBAD BL SGN 13586 9744 No Parking/Bike Lane First 12x18 7.30000000000 Pole CARLSBAD BL SGN13619 9759 No Parking/Bike Lane Third 12x18 7.30000000000 Pole CARLSBAD BL SGN13642 9765 No Parking/Bike Lane Third 12x18 7.10000000000 Pole CARLSBAD BL SGN13651 9766 No Parking/Bike Lane First 12x18 7.50000000000 Pole CARLSBAD BLVD SGN13657 9767 No Parking/Bike Lane First 12x18 6.70000000000 Pole CARLSBAD BLVD SGN13658 9943 No Parking/Bike Lane Second 18x24 0.00000000000 Pole CANNON RD SGN13919 9948 No Parking/Bike Lane Second 0.00000000000 Pole COLLEGE BL SGN13924 9992 No Parking/Bike Lane Second 12x18 0.00000000000 Pole COLLEGE BL SGN13974 10173 No Parking/Bike Lane Second 18X18 0.00000000000 Pole ALGA RD SGN14199 10406 No Parking/Bike Lane Second 12X18 5.10000000000 Pole CANNON RD SGN14488 10407 No Parking/Bike Lane First 12X18 7.30000000000 Pole CANNON RD SGN14489 10424 No Parking/Bike Lane First 12X18 0.00000000000 Pole CANNON RD SGN 14506 10506 No Parking/Bike Lane First 12X18 7.50000000000 Pole CANNON RD SGN14613 10655 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN 14855 10657 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN 14857 10911 No Pzrking/Bike Lane Second 12X18 7.40000000000 Pole CANNON RD SGN15127 10912 No Parking/Bike Lane First 12X18 7.40000000000 Pole CANNON RD SGN15128 10925 No Parking/Bike Lane First 12X18 7.00000000000 Pole CAR COUNTRY DR SGN15147 10940 No Parking/Bike Lane First 12X18 7.30000000000 Pole ARMADA DR SGN15163 10942 No Parking/Bike Lane First 12X18 7.10000000000 Pole ARMADA DR SGN15165 10946 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN15171 10947 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN15172 10948 No Parking/Bike Lane Second 12X18 6.90000000000 Pole FARADAY AV SGN15173 10949 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN15174 *‘' Revised 6/15/17 Contract No. 6037 Page 156 of 167 10950 No Parking/Bike Lane First 12X18 7.20000000000 Pole FARADAY AV SGN15175 10951 No Parking/Bike Lane First 12X18 7.80000000000 Pole FARADAY AV SGN15176 10990 No Parking/Bike Lane Second 12X18 7.00000000000 Pole COLLEGE BL SGN15229 11017 No Parking/Bike Lane First 18X18 7.10000000000 Pole COLLEGE BL SGN 15258 11215 No Parking/Bike Lane Second 12X18 7.50000000000 Pole ALGA RD SGN15500 11224 No Parking/Bike Lane First 12x18 7.30000000000 Pole COLLEGE BL SGN15510 11225 No Parking/Bike Lane Second 12x18 7.00000000000 Pole COLLEGE BL SGN15511 11231 No Parking/Bike Lane First 12X18 0.00000000000 Pole AVIARA PY SGN15526 11252 No Parking/Bike Lane First 12x18 7.80000000000 Pole PALOMAR AIRPORT RD SGN15547 11255 No Parking/Bike Lane First 12X18 7.40000000000 Pole HIDDEN VALLEY RD SGN15551 11260 No Parking/Bike Lane First 12X18 7.60000000000 Pole HIDDEN VALLEY RD SGN15555 11262 No Parking/Bike Lane Second 12X18 6.90000000000 Pole HIDDEN VALLEY RD SGN15557 11314 No Parking/Bike Lane Second 12X18 6.80000000000 Pole AVIARA PY SGN15610 11349 No Parking/Bike Lane First 12X18 9.40000000000 Pole CAMINO VIDA ROBLE SGN15650 11361 No Parking/Bike Lane First 12X18 7.40000000000 Pole CAMINO VIDA ROBLE SGN15664 11366 No Parking/Bike Lane First 12X18 6.80000000000 Pole CAMINO VIDA ROBLE SGN15669 11367 No Parking/Bike Lane First 12X18 6.40000000000 Pole CAMINO VIDA ROBLE SGN15670 11368 No Parking/Bike Lane First 12x18 7.20000000000 Pole POINSETTIA LN SGN15672 11381 No Parking/Bike Lane First 12X18 7.10000000000 Pole CARLSBAD BL SGN15687 11389 No Parking/Bike Lane First 12X18 7.00000000000 Pole ISLAND WY SGN15695 11390 No Parking/Bike Lane First 12x18 0.00000000000 Pole ISLAND WY SGN15696 11531 No Parking/Bike Lane First 12X18 0.00000000000 Pole CARLSBAD BL SGN15879 11533 No Parking/Bike Lane First 12X18 7.00000000000 Pole CARLSBAD BL SGN 15880 11548 No Parking/Bike Lane First 12X18 7.20000000000 Pole POINSETTIA LN SGN 15902 11554 No Parking/Bike Lane First 12X18 7.00000000000 Pole HIDDEN VALLEY RD SGN15908 11593 No Parking/Bike Lane First 12X18 7.00000000000 Pole POINSETTIA LN SGN 15970 11595 No Parking/Bike Lane First 12X18 7.60000000000 Pole POINSETTIA LN SGN 15972 11608 No Parking/Bike Lane First 12X18 7.10000000000 Pole POINSETTIA LN SGN15986 11630 No Parking/Bike Lane First 12X18 7.10000000000 Pole POINSETTIA LN SGN 16008 11642 No Parking/Bike Lane First 12X18 7.80000000000 Pole POINSETTIA LN SGN16022 11666 No Parking/Bike Lane First 18X12 7.00000000000 Pole AVIARA PY SGN16046 11698 No Parking/Bike Lane First 12X18 7.30000000000 Pole POINSETTIA LN SGN16081 11765 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16151 11767 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16153 11770 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA LN SGN16156 11771 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA IN SGN16157 11772 No Parking/Bike Lane First 12x18 0.00000000000 Pole POINSETTIA IN SGN16158 11822 No Parking/Bike Lane First 12X18 0.00000000000 Pole CARLSBAD BL SGN16219 11830 No Parking/Bike Lane First 12X18 6.60000000000 Pole AVENIDA ENCINAS SGN16227 11840 No Parking/Bike Lane First 12X18 0.00000000000 Pole CARLSBAD BL 5a116250 11842 No Parking/Bike Lane First 12X18 6.90000000000 Pole CARLSBAD BL SGN 16252 11848 No Parking/Bike Lane Second 12X18 7.10000000000 Pole WINDROSE CR SGN 16258 11849 No Parking/Bike Lane Second 12X18 7.50000000000 Pole WINDROSE CR SGN16259 11850 No Parking/Bike Lane Second 12X18 7.20000000000 Pole WINDROSE CR SGN16260 11889 No Parking/Bike Lane First 12X18 7.00000000000 Pole AVIARA PY SGN16309 11892 No Parking/Bike Lane First 12X18 7.30000000000 Pole AVIARA PY SGN16312 11903 No Parking/Bike Lane First 12X18 7.00000000000 Pole BATIQUITOS DR SGN16323 11908 No Parking/Bike Lane First 12X18 0.00000000000 Pole AVIARA PY SGN16328 11925 No Parking/Bike Lane Second 12X18 7.40000000000 Pole EL CAMINO REAL SGN 16345 11928 No Parking/Bike Lane Second 12X18 0.00000000000 Pole EL FUERTE ST SGN 16348 11930 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16350 11931 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16351 11932 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16352 11934 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16354 11936 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16356 11938 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16358 764.7 Revised 6/15/17 Contract No. 6037 Page 157 of 167 11940 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16361 11941 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16362 11942 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16363 11943 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16364 11944 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16365 11945 No Parking/Bike Lane Second 12X18 0.00000000000 Pole EL FUERTE ST SGN16366 11948 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN16369 11949 No Parking/Bike Lane Second 12x18 0.00000000000 Pole EL FUERTE ST SGN16370 11952 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16373 11954 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL FUERTE ST SGN16375 11955 No Parking/Bike Lane First 12X18 0.00000000000 Pole PALOMAR AIRPORT RD SGN16376 11957 No Parking/Bike Lane First 12X18 0.00000000000 Pole PALOMAR AIRPORT RD SGN16378 11966 No Parking/Bike Lane First 12X18 0.00000000000 Pole . EL CAMINO REAL SGN16390 11970 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16395 11972 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16401 11973 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16402 11979 No Parking/Bike Lane Second 12X18 0.00000000000 Pole GATEWAY RD SGN16415 11980 No Parking/Bike Lane Second 12X18 0.00000000000 Pole GATEWAY RD SGN16417 11985 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16422 11986 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16423 11987 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16424 11988 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16425 11991 No Parking/Bike Lane Second 12X18 0.00000000000 Pole GATEWAY RD SGN16428 11993 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16435 11994 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16436 11998 No Parking/Bike Lane First 12X18 0.00000000000 Pole ALICANTE RD SGN16441 11999 No Parking/Bike Lane First 12X18 0.00000000000 Pole ALICANTE RD SGN16442 12000 No Parking/Bike Lane First 12X18 0.00000000000 Pole ALICANTE RD SGN16443 12001 No Parking/Bike Lane First 12X18 0.00000000000 Pole ALICANTE RD SGN 16444 12005 No Parking/Bike Lane First 12X18 0.00000000000 Pole INNOVATION WY SGN 16449 12006 No Parking/Bike Lane First 12X18 0.00000000000 Pole INNOVATION WY SGN 16450 12007 No Parking/Bike Lane First 12X18 0.00000000000 Pole INNOVATION WY SGN16451 12009 No Parking/Bike Lane First 12X18 0.00000000000 Pole INNOVATION WY SGN16453 12046 No Parking/Bike Lane Second 12X18 7.10000000000 Pole MELROSE DR SGN16506 12195 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16666 12196 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16667 12202 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16673 12203 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN16674 12240 No Parking/Bike Lane First 12X18 7.30000000000 Pole MELROSE DR SGN 16717 12244 No Parking/Bike Lane First 12X18 6.80000000000 Pole MELROSE DR SGN16721 12250 No Parking/Bike Lane First 12x18 8.20000000000 Pole MELROSE DR SGN16727 12429 No Parking/Bike Lane First 12x18 7.40000000000 Pole ALGA RD SGN16933 12440 No Parking/Bike Lane Second 12x18 6.60000000000 Pole ALGA RD SGN16944 12445 No Parking/Bike Lane First 12X18 7.40000000000 Pole ALGA RD SGN16949 12492 No Parking/Bike Lane First 12X18 6.60000000000 Pole EL CAMINO REAL SGN16998 12497 No Parking/Bike Lane First 12X18 7.00000000000 Pole ALGA RD SG N 17003 12498 No Parking/Bike Lane First 12X18 0.00000000000 Pole ALGA RD SGN 17004 12591 No Parking/Bike Lane Second 12X18 6.00000000000 Pole EL CAMINO REAL SGN17106 12592 No Parking/Bike Lane Second 12X18 7.40000000000 Pole EL CAMINO REAL SGN17107 12594 No Parking/Bike Lane First 12X18 7.50000000000 Pole EL CAMINO REAL SGN17109 12607 No Parking/Bike Lane First 12X18 7.30000000000 Pole EL CAMINO REAL SGN17123 12625 No Parking/Bike Lane First 12X18 7.50000000000 Pole EL CAMINO REAL SGN17141 12634 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17153 12639 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17164 12644 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17166 12650 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17173 te4" Revised 6/15/17 Contract No. 6037 Page 158 of 167 12651 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17174 12660 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17183 12666 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN 17190 12667 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17189 12668 No Parking/Bike Lane First 0.00000000000 Pole RANCHO SANTA FE RD SGN17192 12692 No Parking/Bike Lane First 12X18 7.40000000000 Pole EL CAMINO REAL SGN17218 12693 No Parking/Bike Lane First 12X18 7.30000000000 Pole EL CAMINO REAL SGN17219 12694 No Parking/Bike Lane First 12X18 7.40000000000 Pole EL CAMINO REAL SGN17220 12695 No Parking/Bike Lane First 12X18 7.40000000000 Pole EL CAMINO REAL SGN17221 12697 No Parking/Bike Lane First 12X18 7.20000000000 Pole LEVANTE ST SGN17223 12732 No Parking/Bike Lane First 12X18 7.40000000000 Pole EL CAMINO REAL SGN17266 12762 No Parking/Bike Lane First 0.00000000000 Pole CALLE BARCELONA SGN17298 12776 No Parking/Bike Lane First 0.00000000000 Pole CALLE BARCELONA SGN17316 12779 No Parking/Bike Lane First 0.00000000000 Pole CALLE BARCELONA SGN17319 12781 No Parking/Bike Lane First 0.00000000000 Pole CALLE BARCELONA SGN17321 12890 No Parking/Bike Lane First 12X18 0.00000000000 Pole CALLE ACERVO SGN17445 12898 No Parking/Bike Lane First 12X18 7.20000000000 Pole OLIVENHAIN RD SGN17457 12914 No Parking/Bike Lane Second 12x18 0.00000000000 Pole RANCHO SANTA FE RD SGN 17481 12921 No Parking/Bike Lane First 12x18 0.00000000000 Pole RANCHO SANTA FE RD SGN 17488 12931 No Parking/Bike Lane Second 12X18 7.00000000000 Pole RANCHO SANTA FE RD SGN17498 13072 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN17664 13073 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN17665 13076 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN17668 13085 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN17677 13092 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN17684 13093 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN 17685 13096 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN 17688 13120 No Parking/Bike Lane First 12x18 0.00000000000 Pole COLLEGE BL SGN17714 13121 No Parking/Bike Lane First 12x18 0.00000000000 Pole COLLEGE BL SGN17716 13170 No Parking/Bike Lane First 12X18 0.00000000000 Pole RANCHO SANTA FE RD SGN17775 13221 No Parking/Bike Lane Second 12x18 0.00000000000 Pole FARADAY AV SGN 17827 13226 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17833 13227 No Parking/Bike Lane Second 12X18 0.00000000000 Pole FARADAY AV 56N17834 13229 No Parking/Bike Lane Second 12X18 0.00000000000 Pole FARADAY AV SGN 17836 13230 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17837 13234 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17841 13235 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17842 13237 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17844 13239 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17846 13241 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17848 13248 No Parking/Bike Lane First 12X18 0.00000000000 pole FARADAY AV SGN17855 13249 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17856 13251 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17858 13252 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17860 13253 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17861 13255 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17863 13261 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN 17869 13265 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV 56N17873 13266 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN17874 13362 No Parking/Bike Lane First 12X18 0.00000000000 Pole PALOMAR AIRPORT RD SGN17979 13368 No Parking/Bike Lane Second 12X18 0.00000000000 Pole MELROSE DR SGN17985 13372 No Parking/Bike Lane First 12X18 0.00000000000 Pole MELROSE DR SGN17989 13437 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18057 13438 No Parking/Bike Lane First 12x18 0.00000000000 Pole . EL FUERTE ST SGN18058 13441 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18062 13442 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18063 AVS" to42 Revised 6/15/17 Contract No. 6037 Page 159 of 167 13443 No Parking/Bike Lane Second 12x18 0.00000000000 Pole EL FUERTE ST- SGN18064 13444 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18065 13445 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18066 13446 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18067 13447 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18068 13448 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18069 13451 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18072 13453 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18074 13455 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN 18076 13456 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN 18077 13457 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18078 13458 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18079 13459 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN 18080 13460 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL FUERTE ST SGN18081 13464 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN18097 13465 No Parking/Bike Lane First 12x18 7.00000000000 Pole BATIQUITOS DR SGN18098 13466 No Parking/Bike Lane First 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN 18100 13467 No Parking/Bike Lane First 12x18 7.00000000000 Pole PALOMAR AIRPORT RD SGN18101 13490 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL CAMINO REAL SGN18126 13491 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL CAMINO REAL SGN18127 13492 No Parking/Bike Lane First 12x18 0.00000000000 Pole EL CAMINO REAL SGN18128 13495 No Parking/Bike Lane Third 12x18 7.00000000000 Pole GATEWAY RD SGN18131 13497 No Parking/Bike Lane First 12x18 8.40000000000 Pole AVIARA PY SGN18134 13513 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN18150 13521 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN18157 13611 No Parking/Bike Lane First 0.00000000000 Pole GATEWAY RD SGN 18290 13613 No Parking/Bike Lane First 0.00000000000 Pole GATEWAY RD SGN18292 13614 No Parking/Bike Lane First 0.00000000000 Pole GATEWAY RD SGN18294 13615 No Parking/Bike Lane First 0.00000000000 Pole GATEWAY RD SGN18295 13695 No Parking/Bike Lane First 18X18 0.00000000000 Pole ALGA RD .SGN18376 13743 No Parking/Bike Lane Second 12x18 7.00000000000 Pole TAMARACK AV SGN18429 13744 No Parking/Bike Lane First 12x18 7.00000000000 Pole TAMARACK AV SGN18430 13745 No Parking/Bike Lane First 12x18 7.00000000000 Pole TAMARACK AV SGN18431 13746 No Parking/Bike Lane First 12x18 7.00000000000 Pole TAMARACK AV SGN18432 13797 No Parking/Bike Lane Second 12x18 5.40000000000 Pole CAMINO DE LOS COCHES SGN18509 13798 No Parking/Bike Lane First 12x18 0.00000000000 Pole CAMINO DE LOS COCHES SGN18511 13799 No Parking/Bike Lane First 12x18 0.00000000000 Pole CAMINO DE LOS COCHES SGN18512 13984 No Parking/Bike Lane Second 12x18 7.10000000000 Pole CARLSBAD VILLAGE DR SGN 18868 13986 No Parking/Bike Lane First 12x18 0.00000000000 Pole COLLEGE BL SGN18871 14000 No Parking/Bike Lane First 12x18 0.00000000000 Pole CANNON RD SGN18887 15402 No Parking/Bike Lane First 12x18 0.00000000000 Pole CARLSBAD BL SGN614 15413 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN 16434 15414 No Parking/Bike Lane First 12X81 0.00000000000 Pole GATEWAY RD SGN 16432 15425 No Parking/Bike Lane Second 0.00000000000 Pole RANCHO SANTA FE RD SGN 17168 15622 No Parking/Bike Lane Second 12X18 0.00000000000 Pole CANNON RD SGN11128 15626 No Parking/Bike Lane First 12x18 6.80000000000 Pole CANNON RD SGN4758 15712 No Parking/Bike Lane Second 12X18 6.70000000000 Pole CARLSBAD BL SGN16202 15800 No Parking/Bike Lane Second 12x18 6.42000000000 Pole EL CAMINO REAL SGN9562 16640 No Parking/Bike Lane First 12X18 0.00000000000 Pole FARADAY AV SGN14844 16643 No Parking/Bike Lane First 12X18 7.00000000000 Pole FARADAY AV SGN14852 16663 No Parking/Bike Lane First 12X18 0.00000000000 Pole EL CAMINO REAL SGN16393 16736 No Parking/Bike Lane Second 12x18 7.00000000000 Pole TAMARACK AV SGN21264 16737 No Parking/Bike Lane First 12x18 7.00000000000 Pole LA COSTA AV SGN21265 16949 No Parking/Bike Lane Second i2x.i.8 7.00000000000 Pole ORION ST SGN21471 17021 No Parking/Bike Lane First 12x18 8.10000000000 Pole AVIARA PY SGN1016 17022 No Parking/Bike Lane First 12x18 7.00000000000 Pole . AVIARAPY SGN1017 1%, Revised 6/15/17 Contract No. 6037 Page 160 of 167 17029 No Parking/Bike Lane First 12x18 7.50000000000 Pole HIDDEN VALLEY RD SGN1993 17156 No Parking/Bike Lane First 12x18 7.10000000000 Pole FARADAY AV SGN5554 17159 No Parking/Bike Lane First 12x18 7.10000000000 Pole FARADAY AV SGN5560 17160 No Parking/Bike Lane First 12x18 7.00000000000 Pole FARADAY AV SGN5562 17389 No Parking/Bike Lane First 18x12 7.58000000000 Pole TAMARACK AV SGN12236 17390 No Parking/Bike Lane First 18x12 7.83000000000 Pole TAMARACK AV SGN12237 17394 No Parking/Bike Lane First 12x18 7.25000000000 Pole EL CAMINO REAL SGN 12301 17409 No Parking/Bike Lane First 12x18 7.25000000000 Pole ORION WY SGN 12455 17460 No Parking/Bike Lane Second 12X18 7.25000000000 Pole POINSETTIA LN SGN 13865 17481 No Parking/Bike Lane First 12X18 7.70000000000 Pole HIDDEN VALLEY RD SGN 15487 17488 No Parking/Bike Lane First 12X18 0.00000000000 Pole POINSETTIA LN SGN15513 17491 No Parking/Bike Lane First 12X18 6.90000000000 Pole AVIARA PY SGN15517 17513 No Parking/Bike Lane First 12X18 7.00000000000 Pole BATIQUITOS DR SGN16285 17515 No Parking/Bike Lane First 12X18 7.00000000000 Pole AVIARA PY SGN16287 17518 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16403 17519 No Parking/Bike Lane Second 12X18 0.00000000000 Pole GATEWAY RD SGN 16404 17520 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN16405 17521 No Parking/Bike Lane First 12X18 0.00000000000 Pole GATEWAY RD SGN 16406 17522 No Parking/Bike Lane First 12x18 0.00000000000 Pole GATEWAY RD SGN 16407 17523 No Parking/Bike Lane First 12x18 0.00000000000 Pole GATEWAY RD SGN 16408 17524 No Parking/Bike Lane First 12x18 0.00000000000 Pole GATEWAY RD SGN 16409 17650 No Parking/Bike Lane First 12x18 7.20000000000 Pole PALOMAR AIRPORT RD SGN3922 17651 No Parking/Bike Lane First 12)(18 7.20000000000 Pole PALOMAR AIRPORT RD SGN3896 17694 No Parking/Bike Lane Second 12x18 7.20000000000 Pole CALLE BARCELONA SGN6252 18572 No Parking/Bike Lane First 12x18 0.00000000000 Pole TAMARACK AV SGN21510 OBJECTID SIGNTEXT CAMUTCODES SIGNLEVEL SIGNDIME MOUNTHEIGH MOUNTLO STREETNAME UNITID 347 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.40000000000 Pole STATE ST SGN715 364 Speed Limit 45 SPEED LIMIT (M) First 24530 0.00000000000 Pole SGN771 688 Speed Limit 55 SPEED LIMIT (M) First 0.00000000000 Pole PALOMAR AIRPORT RD SGN2034 1155 Speed Limit 40 SPEED LIMIT (M) First 24x30 0.00000000000 Pole AVIARA PY 5GN3860 1401 Speed Limit 40 SPEED LIMIT (M) First 24x30 7.17000000000 Pole CARLSBAD VILLAGE DR SGN2364 1762 Speed Limit 55 SPEED LIMIT (M) First 24x30 7.00000000000 Pole EL CAMINO REAL SGN2733 2674 Speed Limit 55 SPEED LIMIT (M) First 24x30 0.00000000000 Pole PALOMAR AIRPORT RD SGN4169 2813 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN4509 3651 Speed Limit 50 SPEED LIMIT (M) First 24x30 0.00000000000 Pole OLIVENHAIN RD SGN5780 3945 Speed Limit 25 SPEED LIMIT (M) Second 24x48 0.00000000000 Pole CALLE BARCELONA SG N6111 4054 Speed Limit 45 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CALLE BARCELONA SG N6230 4080 Speed Limit 45 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CALLE BARCELONA 50N6263 4118 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.80000000000 Pole SEGOVIA WY SG N6309 4287 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole ANILLO WY SGN6506 4474 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.90000000000 Pole MADRILENA WY SGN6733 5181 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.00000000000 Pole CAMINO VIDA ROBLE SGN7695 5206 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.60000000000 Pole CAM I NO VIDA ROBLE SGN7738 5220 Speed Limit 40 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CAMINO VIDA ROBLE SGN7783 5806 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.50000000000 Pole CARLSBAD VILLAGE DR SGN8608 5921 Speed Limit 25 SPEED LIMIT (M) First 11.33000000000 Pole SIERRA MORENA AV 50N8775 5922 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.58000000000 Pole SIERRA MORENA AV 5GN8776 6707 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.20000000000 Pole KELLY DR SGN9815 7260 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole HILLSIDE DR SON 10554 7367 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.10000000000 Pole PARK DR SGN 10730 7634 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.30000000000 Pole HIGH RIDGE AV 50N11038 7898 Speed Limit 50 SPEED LIMIT (M) First 0.00000000000 Pole CARLSBAD BL SGN 11406 8520 Speed Limit 55 SPEED LIMIT (M) First 24x30 7.00000000000 Pole MELROSE DR SGN 12141 8646 Speed Limit 30 SPEED LIMIT (M) First 30x24 6.67000000000 Pole CHESTNUT AV SGN 12307 8648 Speed Limit 25 SPEED LIMIT (M) First 30x24 6.58000000000 Pole CHESTNUT AV SGN 12310 8650 Speed Limit 25 SPEED LIMIT (M) First 24X30 6.80000000000 Pole CHESTNUT AV SGN12311 8654 Speed Limit 25 SPEED LIMIT (M) First 30x24 7.17000000000 Pole CHESTNUT AV SGN12315 8655 Speed Limit 25 SPEED LIMIT (M) First 30x24 7.42000000000 Pole CHESTNUT AV SGN12316 8660 Speed Limit 35 SPEED LIMIT (M) First 24x30 4.50000000000 Pole PONTIAC DR SGN12321 401k tau" -1- Revised 6/15/17 Contract No. 6037 Page 161 of 167 8682 Speed Limit 55 SPEED LIMIT (M) First 24x30 7.00000000000 Pole EL CAMINO REAL 50N12346 8744 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole MIMOSA DR SGN12434 8816 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.60000000000 Pole MARRON RD SGN 12533 8823 Speed Limit 40 SPEED LIMIT (M) First 24x30 8.70000000000 Pole MARRON RD SGN 12540 8838 Speed Limit 45 SPEED LIMIT (M) First 24x30 7.30000000000 Pole MONROE ST 56N12557 8845 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.30000000000 Pole MARRON RD SGN12570 8860 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.40000000000 Pole PIO PICO DR SG N 12591 8896 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.70000000000 Pole DONNA DR 5G N12630 8899 Speed Limit 40 SPEED LIMIT (M) First 24x30 6.40000000000 Pole CARLSBAD VILLAGE DR SGN12633 8925 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole STATE ST SGN12669 9031 Speed Limit 25 SPEED LIMIT (M) Second 36x45 0.00000000000 MastArm CARLSBAD BL SGN12789 9111 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.20000000000 Pole GRAND AV SG N12871 9119 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole GRAND AV SG N12879 9128 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole GRAND AV SGN12888 9240 Speed Limit 25 SPEED LIMIT (M) First 24x30 9.10000000000 Pole GRAND AV SGN13012 9242 Speed Limit 50 SPEED LIMIT (M) First 24x30 8.50000000000 Pole CANNON RD SGN13014 9251 Speed Limit 25 SPEED UMIT (M) First 24x30. 7.50000000000 Pole GRAND AV SGN13021 9328 Speed Limit 15 SPEED LIMIT (M) First 24x30 0.00000000000 Pole STATE ST ALLEY SGN13113 9436 Speed Limit 25 SPEED UMIT (M) First 24x30 7.00000000000 Pole RANCHO CORTES 50N13257 9442 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.40000000000 Pole OAK AV SGN13267 9443 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole OAK AV 50N13268. 9485 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.90000000000 Pole HARDING ST SGN13312 9562 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.50000000000 Pole HARDING ST SGN13394 9567 Speed Limit 25 SPEED UMIT (M) First 24x30 6.50000000000 Pole BASSWOOD AV SGN13401 9569 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.60000000000 Pole EUREKA PL 50N13404 9571 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.60000000000 Pole EUREKA PL SGN13406 9574 Speed Limit 35 SPEED LIMIT (M) First 24x30 6.30000000000 Pole PIO PICO DR SGN13409 9723 Speed Limit 30 SPEED LIMIT (M) First 24x30 Pole .o.coocomoocio CARLSBAD BL SGN13585 9726 Speed Limit 30 SPEED UMIT (M) First 24x30 7.30000000000 Pole CARLSBAD BL . SGN13588 9738 Speed limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole GARFIELD ST SGN13610 9792 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.10000000000 Pole ROOSEVELT ST SGN13702 9827 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole JEFFERSON ST SGN13759 9832 Speed Limit 25 SPEED LIMIT (M) First 24x30 6.90000000000 Pole ANCHOR WY SGN13764 9905 Speed Limit 30 SPEED LIMIT (M) First 24x30 7.00000000000 Pole PASEO AVELLANO SGN13872 9996 Speed Limit 40 SPEED LIMIT (M) First 24x30 0.00000000000 Pole AVIARA PY SGN13978 10099 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole DONNA DR SGN14102 10100 Speed Umit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole ESFERA ST SGN14103 10101 Speer' Urnft 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole ESFERA ST SGN14104 10108 Speed Limit 35 SPEED LIMIT (M) First 24x30 8.43000000000 Pole MARRON RD SGN14111 10117 Speed Limit 55 SPEED LIMIT (M) Second 24x30 7.00000000000 Pole RANCHO SANTA FE RD SGN14132 10129 Speed Limit 30 SPEED LIMIT (M) First 24x30 8.90000000000 Pole TAMARACK AV SGN14151 10130 Speed Limit 30 SPEED LIMIT (M) First 24x30 8.80000000000 Pole TAMARACK AV SGN14152 10131 Speed Limit 30 SPEED LIMIT (M) First 24x30 8.30000000000 Pole TAMARACK AV SGN14150 10133 Speed Limit 30 SPEED LIMIT (M) First 24x30 8.70000000000 Pole TAMARACK AV SGN 14153 10134 Speed Umit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole HIGHLAND DR SGN14154 10148 Speed Limit 25 SPEED LIMIT (M) First 36X48 7.10000000000 Pole CORINTIA ST SGN 14168 10149 Speed Limit 25 SPEED LIMIT (M) First 36X48 7.20000000000 Pole CORINTIA ST . SON 14169 i.m.s2 Speed Limit 55- SPEED LIMIT (M) First 24x3i) 7.00000000000 Pole MELROSE DR SGN14172 10153 Speed Limit 25 SPEED LIMIT (M) First 24)(30 7.00000000000 Pole CRYSTALLINE OR SGN 14177 10154 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole ROSE DR . SGN 14180 10172 Speed Limit 45 SPEED LIMIT (M) First 24X30 0.00000000000 Pole ALGA RD SGN 14198 10196 Speed Limit 25 SPEED LIMIT (M) Second 24x30 0.00000000000 Pole TAMARACK AV SGN14234 10218 Speed Limit 35 SPEED LIMIT (M) First 24X30 5.00000000000 Pole HILLSIDE DR 50N14256 10240 Speed Limit 25 SPEED LIMIT (M) Third 24x36 7.00000000000 Pole GARFIELD ST 56N14284 10664 Speed Limit 40 SPEED LIMIT (M) First 36X48 0.00000000000 Pole FARADAY AV SGN 14865 11021 Speed Limit 35 SPEED LIMIT (M) First 2400 7.00000000000 Pole DOVE LN 56N115262 11024 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole BASIN RD SGN15265 11025 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole RIFT RD 50N15266 11129 Speed Limit 40 SPEED LIMIT (M) First 24X30 0.00000000000 Pole FARADAY AV SGN15395 11208 Speed Limit 40 SPEED LIMIT (M) First 24X30 7.00000000000 Pole PASEO DEL NORTE SGN15485 11217 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole GARFIELD ST SGN15502 11235 Speed Limit 45 SPEED LIMIT (M) .First 24X30 0.00000000000 Pole AVIARA PY SGN15530 11254 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.20000000000 Pole TURNSTONE RD SGN15549 11310 Speed Limit 45 SPEED LIMIT (M) First 21;(3.0 6.90000000000 Pole AVIARA Pr SGN15606 11342 Speed Limit 40 SPEED LIMIT (M) First 24X30 6.60000000000 Pole YARROW DR SGN15643 11403 Speed Limit 30 SPEED LIMIT (M) First 24X30 0.00000000000 Pole AVENIDA ENCINAS SGN15715 11405 Speed Limit 25 SPEED LIMIT (M) First 24x30 0.00000000000 Pole MIMOSA DR 501415719 411V ar. r - Revised 6/15/17 Contract No. 6037 Page 162 of 167 11432 Speed Limit 40 SPEED LIMIT (M) First 24X30 9.50000000000 Pole PASEO DEL NORTE SGN15746 11437 Speed Limit 40 SPEED LIMIT (M) First 24X30 9.40000000000 Pole PASEO DEL NORTE SGN15755 11492 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.20000000000 Pole LIGHTHOUSE RD SGN15842 11501 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.10000000000 Pole BEACON BAY DR SGN15851 11534 Speed Limit 50 SPEED LIMIT (MI) First 24X30 7.10000000000 Pole CARLSBAD BL SG1415884 11547 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.50000000000 Pole POINSETTIA LN SGN15901 11549 Speed Limit 40 SPEED LIMIT (M) First 24X30 6.20000000000 Pole PASEO DEL NORTE SG IV 15903 11588 Speed Limit 50 SPEED LIMIT (M) First 24X30 7.30000000000 Pole BATIQUITOS DR SGN15964 11638 Speed Limit 25 SPEED LIMIT (M) First 30X24 7.00000000000 Pole NIGHTSHADE RD SGN16016 11644 Speed Limit 25 SPEED LIMIT (M) First 24X30 8.60000000000 Pole SNAPDRAGON DR $81416024 11645 Speed Limit 2$ SPEED LIMIT (M) First 24X30 7.00000000000 Pole IVY ST SGN16025 11667 Speed Limit 40 SPEED LIMIT (M) First 24X30 7.20000000000 Pole AVIARA PY SGN16047 11669 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole TOWHEE IN SGN16049 11725 Speed Limit 40 SPEED LIMIT (M) First 24X30 7.10000000000 Pole AMBROSIA LN SGN16111 11764 Speed Limit 35 SPEED LIMIT (M) Second 24X30 6.60000000000 Pole AMBROSIA LN SGN 16150 11847 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.10000000000 Pole AVENIDA ENCINAS SGN 16257 11856 Speed Limit 30 SPEED LIMIT (M) Second 24X30 7.20000000000 Pole GABBIANO LN 50416266 11895 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole MIMOSA DR SGN 16315 11896 Speed Limit 25 SPEED LIMIT (M) First 24X30 6.50000000000 Pole CATALPA RD SGN 16316 11897 Speed Limit 40 SPEED LIMIT (M) First 24X30 8.65000000000 Pole AVIARA PY SGN 16317 11917 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole PONTIAC DR SGN16337 11921 Speed Limit 35 SPEED LIMIT (M) First 36X48 7.00000000000 Pole CARLSBAD BL SGN16341 12047 Speed Limit 35 SPEED LIMIT (M) First 24X30 0.00000000000 Pole RANCHO BRAVADO SGN16507 12056 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.00000000000 Pole PASEO ACAM PO SGN16516 12059 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole PASEO ACAM PO SGN16519 12061 Speed Limit 35 SPEED LIMIT(M) First 24X30 0.00000000000 Pole RANCHO BRAVADO SGN16521 12063 Speed Limit 35 SPEED LIMIT (M) Second 24X30 0.00000000000 Pole RANCHO BRAVADO SGN16523 12080 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.50000000000 Pole RANCHO BRAVADO SGN16540 12243 Speed Limit 55 SPEED LIMIT (M) First 24X30 0.00000000000 Pole MELROSE DR SGN16720 12251 Speed Limit 55 SPEED LIMIT (M) First 24X30 6.80000000000 Pole MELROSE DR SGN16728 12277 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole GERANIUM ST SGN16755 12278 Speed Limit 25 SPEED LIMIT (M) First 24x30 8.00000000000 Pole NEBLINA DR 561416756 12282 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.00000000000 Pole IMPALA DR SGN16760 12283 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.00000000000 Pole IMPALA DR SGN16761 12284 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.00000000000 Pole PALMER WY SGN16762 12285 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.00000000000 Pole PALMER WY SGN16763 12286 Speed Limit 35 SPEED LIMIT (M) First 24x30 7.00000000000 Pole PALMER WY SGN16764 12391 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.20000000000 Pole LA GOLONDRINA ST SGN16895 12404 Speed Limit SO SPEED LIMIT (M) First 24x30 7.60000000000 Pole ALGA RD 5G1416908 12416 Speed Limit 25 SPEED LIMIT (M) Second 24X30 7.00000000000 Pole UNICORNIO ST 561416920 12420 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole UNICORNIO ST SG/416924 12439 Speed Limit 50 SPEED LIMIT (M) First 24x30 0.00000000000 Pole ALGA RD $6 1416943 12474 Speed Limit 50 SPEED LIMIT (M) First 24X30 7.50000000000 Pole ALGA RD SGN16978 12488 Speed Limit 40 SPEED LIMIT (M) First 24X30 7.00000000000 Pole TOWN GARDEN RD SGN16992 12489 Speed Limit 40 SPEED LIMIT (M) First 24X30 8.60000000000 Pole TOWN GARDEN RD SGN16993 12543 Speed Limit 40 SPEED LIMIT (M) First 24X30 7.00000000000 Pole ALICANTE RD 5G1417049 12554 Speed Limit 35 SPEED LIMIT (M) Second 24X30 7.20000000000 Pole ALICANTE RD SGN17062 12624 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole PALACIO DR SGN17140 12677 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.40000000000 Pole ESFERA ST SGN17201 12681 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole CADENCIA ST SGN17205 12700 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole CAMINO ROBLEDO SGN17226 12703. Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole CAMINO ROBLEDO SGN17227 12704 Speed Limit 25 SPEED LIMIT (M) First 24X32 7.20000000000 Pole PASEO ALISO SGN17230 1270$ Speed Limit 25 SPEED LIMIT (M) First 24X32 6.90000000000 Pole CAMINO ROBLEDO SGN17231 12709 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole CAMINO ROBLEDO SGN17235 12716 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole SEGOVIA WY SGN17250 12722 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole SEGOVIA WY SGN17256 12739 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.30000000000 Pole CALLE BARCELONA SGN17273 12740 Speed Limit 25 SPEED LIMIT (M) First 24)(30 7.30000000000 Pole PASEO TULIPERO SGN17274 12747 Speed Limit 25 SPEED LIMIT (M) First 24)130 7.40000000000 Pole PASEO ALISO SGN17281 12777 Speed Limit 45 SPEED LIMIT (M) First 0.00000000000 Pole CALLE BARCELONA SG143.7317 12794 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.40000000000 Pole PASEO AVELLANO SGN17334. 12864 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.20000000000 Pole PASEO ALISO SGN 17412 12865 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.50000000000 Pole PASEO ALISO SGN17413 12868 Speed Limit 25 SPEED LIMIT (M) First 24X32 7.50000000000 Pole PASEO ARRAYAN SGN17416 12949 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.10000000000 Pole AVENIDA PANTERA SGN17518 1307$ Speed Limit 50 SPEED LIMIT (M) First 36X45 0.00000000000 Pole CANNON RD SGN17667 0% -7- Revised 6/15/17 Contract No 6037 Page 163 of 167 13084 Speed Limit 50 SPEED LIMIT (M) First 0.00000000000 Pole CANNON RD SGN17676 13091 Speed Limit 50 SPEED LIMIT (M) First 36X45 0.00000000000 Pole CANNON RD SGN 17683 13094 Speed Limit 50 SPEED LIMIT (M) First 36X45 0.00000000000 Pole CANNON RD SGN 17686 13168 Speed Limit 55 SPEED LIMIT (M) First 0.00000000000 Pole RANCHO SANTA FE RD SGN17773 13173 Speed Limit 55 SPEED LIMIT (N1) First 0.00000000000 Pole RANCHO SANTA FE RD SGN17778 13355 Sneed Limit 25 SPEED LIMIT (M) First 24X30 7.00000000000 Pole CALLE SAN FELIPE 56N17971 13373 Speed Limit 35 SPEED LIMIT (M) First 0.00000000000 Pole HAYMAR DR SGN 17991 13484 Speed Limit 40 SPEED LIMIT (M) First 24x30 7.00000000000 Pole GATEWAY RD SGN 18119 13485 Speed Limit 40 SPEED LIMIT (M) First 24x30 8.70000000000 Pole GATEWAY RD SGN18120 13487 Speed Limit 40 SPEED LIMIT (MC First 24x30 7.00000000000 Pole GATEWAY RD SGN18123 13489 Speed Limit 40 SPEED LIMIT (M) First 24x30 7.00000000000 Pole GATEWAY RD SGN18125 13509 Speed Limit 25 SPEED LIMIT (MC First 24x30 7.00000000000 Pole CIRCULO SEQUOIA SGN18146 13510 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole CIRCULO SEQUOIA SGN18147 13511 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole CIRCULO SEQUOIA SGN18148 13585 Speed Limit 40 SPEED LIMIT (M) First 24x30 7.00000000000 Pole YARROW DR SGN18261 13764 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole LA GOLONDRINA ST SGN18467 13765 Speed Limit 50 SPEED LIMIT (M) First 24x30 7.00000000000 Pole CARLSBAD BL SGN18468 13770 Speed Limit 40 SPEED LIMIT (M) First 24x30 9.20000000000 Pole AVENIDA ENCINAS SGN18474 13772 Speed Limit 25 SPEED UMIT (M) First 24x30 7.00000000000 Pole ABEDUL ST SGN18477 13773 Speed Limit 25 SPEED LIMIT (M) Third 24x30 6.60000000000 Pole ABEDUL ST SGN18478 13774 Speed Limit 25 SPEED LIMIT (M) Third 24x30 6.40000000000 Pole ABEDUL ST SGN18479 13775 Speed Limit 25 SPEED LIMIT (M) Third 24x30 6.60000000000 Pole UNICORNIO ST SGN18480 13776 Speed Limit 25 SPEED LIMIT (M) Third 24x30 7.00000000000 Pole UNICORNIO ST SGN18481 13777 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole UNICORNIO ST SGN18482 13778 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole UNICORNIO ST SGN18483 13822 Speed Limit 35 SPEED LIMIT (M) First 24x30 8.70000000000 Pole EAGLE DR SGN18547 14315 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN19272 14316 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN19273 14317 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN19274 14318 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN19275 14319 Speed limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN 19276 14320 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN19277 14564 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole PALMER WY SON 19539 14700 SPEED UMIT 30 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CHESTNUT AV SGN19682 15211 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole CRYSTALLINE DR SGN 14178 15212 Speed Limit 25 SPEED LIMIT (M) First 24)(30 7.00000000000 Pole ROSE DR SGN 14179 15316 Speed Limit 30 SPEED LIMIT.(M) First 24)(30 0.00000000000 Pole AVENIDA ENCINAS SGN3342 15333 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.00000000000 Pole GAYLE WY SGN 14100 15424 Speed Limit 55 SPEED LIMIT (M) First 24)(30. 0.00000000000 Pole RANCHO SANTA FE RD SGN17878 15765 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.50009000000 Pole PARK DR SGN9789 16508 Speed Limit 35 SPEED LIMIT (M) First 24x30 0.00000000000 Pole CARLSBAD BL SGN18377 16642 Speed Limit 40 SPEED LIMIT (M) First 36X42 .7.20000000000 Pole FARADAY AV 50N14849 16878 Speed Limit 30 SPEED LIMIT (M) First 24x30 6.80000000000 Pole CARLSBAD BL SGN12679 17091 Speed Limit 45 SPEED LIMIT (M) First 24x30 8.70000000000 Pole RANCHO SANTA FE RD SGN3562 17392 Speed Limit 55 SPEED LIMIT (M) Third 30x24 0.00000000000 Pole EL CAMINO REAL SGN12299. 17395 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.25000000000 Pole TRIESTE DR SGN12302 17423 Speed Limit 25 SPEED LIMIT (M) First 24x30 7.10000000000 Pole GARFIELD ST SGN13599 17437 Speed Limit 25 SPEED LIMIT (M) First . 24x30 7.10000000000 Pole MADISON ST 50N13708 17467 Speed Limit 55 SPEED LIMIT (M) Second 24x30 7.00000000000 Pole RANCHO SANTA FE RD SGN14126 17468 Speed Limit 55 SPEED LIMIT (M) First 24x30 8.60000000000 Pole RANCHO SANTA FE RD SGN14127 17470 Speed Limit 55 SPEED LIMIT (M) First 24530 7.00000000000 Pole RANCHO SANTA FE RD SGN14130 17511 Speed Limit 35 SPEED LIMIT (M) First 24X30 7.10000000000 Pole GABBIANO LN ' 50N16283 17532 Speed Limit 25 SPEED LIMIT (M) First 24X30 7.20000000000 Pole CAMINO ROBLEDO SGN17239 17557 Speed Limit 40 SPEED LIMIT (M) First 24x30 7.00000000000 Pole ALICANTE RD 50N18461 25773 SPEED LIMIT 35 SPEED MD- (M) Second 24x30 7.00000000000 Pole CARLSBAD BL SGN21629 OBJECTID CAMUTCDDES SIGNLEVEL Dimensions : MOUNTHEIGH MOUNT STREETNAME UNITID 4913 WRONG WAY (Text) Second 18X30 4.00000000000 Pole AMBROSIA LN 50147328 4914 DO NOT ENTER First 30X30 0.00000000000 Pole AMBROSIA IN SGN7329 7333 LARGE ARROW-SINGLE ARROW First 0.00000000000 Pole ADAMS. ST SGN10673 8612 STOP AHEAD First 30x30 7.08000000000 Pole TAMARACK AV SGN12257 4fir i t -1- Revised 6/15/17 Contract No. 6037 Page 164 of 167 8615 ALL WAY Second 6x12 5.83000000000 Pole TAMARACK AV SGN12260 8617 ALL WAY Second 6x12 5.83000000000 Pole TAMARACK AV SGN12263 8618 SCHOOL (M) First 30x24 7.00000000000 Pole TAMARACK AV SGN12264 8623 STOP AHEAD First 30x30 0.00000000000 Pole TAMARACK AV SGN12273 8625 ALL WAY Second 6x12 5.92000000000 Pole TAMARACK AV SGN12275 8634 ALL WAY Second 6x12 6.00000000000 Pole TAMARACK AV SGN12284 8644 REVERSE TURN First 30x30 7.42000000000 Pole CHESTNUT AV SGN12305 8818 SIGNAL AHEAD Second 18x24 4.30000000000 Pole MARRON RD SGN12535 8867 4-WAY Second 6x18 6.30000000000 Pole HOSP WY SGN12598 8894 CROSS ROAD First 30x30 6.50000000000 Pole CARLSBAD VILLAGE DR SGN12627 8907 ONE WAY First 12x36 2.30000000000 Pole GARFIELD ST SGN12642 8908 DO NOT ENTER First 30x30 7.00000000000 Pole OCEAN ST SGN12643 9065 NO RIGHT TURN First 24x24 7.00000000000 Pole WASHINGTON ST SGN12824 9066 ONE WAY First 12x36 3.10000000000 Pole WASHINGTON ST SGN12825 9068 ONE WAY First 12x36 3.00000000000 Pole CARLSBAD BL SG N12827 9076 ALL WAY Second 6x18 7.00000000000 Pole OCEAN ST SGN12835 9078 DOUBLE ARROW First 18x36 0.00000000000 Pole OCEAN ST SG N12836 . 9091 DOUBLE ARROW Second 18x36 0.00000000000 Pole OCEAN ST SGN12850 9107 ALL WAY Second 6x18 5.90000000000 Pole OCEAN ST SGN12868 9109 ALL WAY Second 6x18 6.30000000000 Pole OCEAN ST SGN12870 9132 NO LEFT TURN SYMBOL First 24x24 6.60000000000 Pole GRAND AV SGN121392 9147 ALL WAY Second 6x18 6.70000000000 Pole CARLSBAD VILLAGE DR SGN12907 9155 DOUBLE ARROW First 18x36 0.00000000000 Pole OCEAN ST SGN12914 9414 NOT A THROUGH STREET/ROAD First 24x24 6.50000000000 Pole STRATFORD LN SGN13232 9536 4-WAY Second 6x12 5.90000000000 Pole MADISON ST ALLEY SGN13364 9539 4-WAY Second 6x12 6.00000000000 Pole WALNUT AV SGN13365 9541 4-WAY Second 6x12 5.80000000000 Pole WALNUT AV SGN13368 9542 4-WAY Second 6x12 5.90000000000 Pole MADISON ST ALLEY SGN13369 9546 4-WAY Second 12X6 6.40000000000 Pole HARDING ST SGN13373 9561 STOP AHEAD First 30x30 6.00000000000 Pole HARDING ST SGN13393 9565 DOUBLE ARROW First 18x36 0.00000000000 Pole BASSWOOD AV SGN13399 9583 4-WAY Second 6x12 6.80000000000 Pole HIGHLAND DR SGN13418 9593 NOT A THROUGH STREET/ROAD First 24x24 6.80000000000 Pole SPANISH WY SGN13428 9627 ALL WAY Second 6x18 6.10000000000 Pole ALDER AV SGN13463 9628 ALL WAY Fifth 6x18 0.00000000000 Pole MONROE ST SGN13464 9631 ALL WAY Second 6x18 5.50000000000 Pole SUNNYHILL DR SGN13467 9636 ALL WAY First 6x18 6.00000000000 Pole OAK AVE SGN13473 9649 ONE WAY First 12x36 3.10000000000 Pole CARLSBAD BL SGN13488 9650 ONE WAY First 12x36 2.90000000000 Pole CARLSBAD BL SGN13489 9651 ONE WAY First 12x36 3.00000000000 Pole CARLSBAD BL SGN13490 9730 DIP First 24x24 0.00000000000 Pole GARFIELD ST SGN13595 9732 DIP First 24x24 0.00000000000 Pole GARFIELD ST SGN 13597 9777 NOT A THROUGH STREET/ROAD ,First 24x24 6.50000000000 Pole CHESTNUT AV SG N13670 9801 Nor A THROUGH STREET/ROAD First 24x24 6.10000000000 Pole AVOCADO LN SGN13722 9805 NOT A THROUGH STREET/ROAD First 24x24 6.80000000000 Pole CAMELLIA PL SGN13726 p- Revised 6/15/17 Contract No. 6037 Page 165 of 167 9826 ALL WAY Second 6x18 6.40000000000 Pole MAGNOLIA AV SGN13754 9831 YIELD Second 30x30 6.40000000000 Pole NAUTICAL DR SGN13763 10195 SCHOOL (M) First 8x24 0.00000000000 Pole TAMARACK AV SGN14233 10235 NOT A THROUGH STREET/ROAD First 24x24 6.30000000000 Pole HEMLOCK AV SGN14279 11269 STOP AHEAD First 30X30 6.50000000000 Pole PLUM TREE RD 50N15564 11275 ALL WAY Second 6X18 5.80000000000 Pole PLUM TREE RD SGN15571 11276 ALL WAY Fourth 6X18 6.10000000000 Pole BLUEBONNET DR SGN15572 11280 ALL WAY Second 6X18 6.10000000000 Pole PLUM TREE RD SGN15576 11281 STOP AHEAD First 30X30 7.10000000000 Pole PLUM TREE RD SGN15577 11284 STOP AHEAD First 30X30 7.10000000000 Pole PLUM TREE RD SGN15580 11336 NO OUTLET First 24X24 6.70000000000 Pole BLACK RAIL RD SGN15636 11364 TWO-WAY TURN LANE (OVERHEAD MO First 30X36 6.70000000000 Pole CAMINO VIDA RUBLE SGN15667 11365 2-WAY TURN LANE Second 30X18 6.70000000000 Pole CAMINO VIDA RUBLE SGN15668 11466 END SCHOOL ZONE First 24X30 7.40000000000 Pole CAMINO DE LAS ONDAS SGN15816 11472 ALL WAY • First 6X18 6.20000000000 Pole CAMINO DE LAS ONDAS SGN15822 11473 ALL WAY Fourth 6X18 6.70000000000 Pole HIDDEN VALLEY RD SGN15823 11482 ALL WAY Second 6X18 6.20000000000 Pole CAMINO DE LAS ONDAS SGN15832 11495 NO OUTLET First 24X24 6.50000000000 Pole KETCH WY SGN15845 11496 YIELD Third 36X36 5.20000000000 Pole KETCH WY SGN15848 11550 SIGNAL AHEAD First 30X30 7.50000000000 Pole PASEO DEL NORTE SGN15904 11556 STOP AHEAD First 30X30 7.30000000000 Pole CAMINO DE LAS ONDAS 50N15910 11557 STOP AHEAD First 30X30 6.20000000000 Pole CAMINO DE LAS ONDAS SGN15911 11561 ALL WAY Second 6X18 6.60000000000 Pole CAMINO DE LAS ONDAS SGN15915 11562 ALL WAY Second 6X18 6.60000000000 Pole CAMINO DE LAS ONDAS SGN15916 11563 ALL WAY . Second 6X18 7.30000000000 Pole CAMINO DE LAS ONDAS SGN15917 11564 ALL WAY Second 6X18 6.50000000000 Pole ALDER WOOD DR SGN15918 11577 STOP AHEAD First 30X30 6.50000000000 Pole BLUE POINT DR SGN15945 11639 NOT A THROUGH STREET/ROAD First 24X24 6.80000000000 Pole NIGHTSHADE RD SGN16017 11641 SIGNAL AHEAD First 36X36 6.80000000000 Pole POINSETTIA LN SGNI.6020 11763 NO RIGHT TURN Second 24X24 7.50000000000 Pole CONOSA WY SGN16149 11773 NOT A THROUGH STREET/ROAD First 0.00000000000 Pole SKIMMER CT SGN16159 11783 NOT A THROUGH STREET/ROAD First 0.00000000000 Pole MOORHEN PL SGN16169 11784 STOP AHEAD First 0.000000U000 Pole DOVE LN SGN16170 11788 SIGNAL AHEAD First 36X36 6.50000000000 Pole POINSETTIA LN SGN16176 11826 Only/Arrows (Turns) First 30X48 3.60000000000 Pole AVENIDA ENCINAS SGN16223 11835 SIGNAL AHEAD First 24X24 6.50000000000 Pole CARLSBAD BL SGN 16245 11837 SIGNAL AHEAD First 30x30 6.40000000000 Pole CARLSBAD BL SGN16247 11905 NOT A THROUGH STREET/ROAD First 24X24 6.30000000000 Pole SANDERIING CT SGrI16325 11924 SIGNAL AHEAD First 36X36 9.60000000000 Pole EL CAMINO REAL SGN16344 12396 DIP First 30 x 30 6.80000000000 Pole LUCIERNAGA ST SGN16900 12397 DIP First 30 x 30 7.30000000000 Pole LOCIERNAGA ST SGN16901 12421 DIP First 30X30 7.00000000000 Pole CORINTIA ST SGN16925 12422 DIP First 30X30 7.00000000000 Pole CORINTIA ST SGN1.6926 12456 DOUBLE ARROW First 18X36 0.00000000000 Pole CAMINO DE AMIGOS SGN16960 12464 NO OUTLET First 24X24 7.00000000000 Pole CAMINO DE AMIGOS SGN16968 40-Se Revised 6/15/17 Contract No. 6037 Page 166 of 167 12469 NO OUTLET First 24X24 7.10000000000 Pole CAMINO DE AMIGOS SGN16973 12500 ONE WAY First 18X36 2.80000000000 Pole ALGA RD SGN17006 12629 NO TRUCKS First 24X24 0.00000000000 Pole LA COSTA AV SGN17144 12630 NO OUTLET First 24X24 6.30000000000 Pole SAN BRISTO WY SGN17147 12675 STOP AHEAD First 30X30 6.50000000000 Pole VENADO ST SGN17199 12689 SIGNAL AHEAD First 36X36 7.00000000000 Pole EL CAMINO REAL SGN17214 12703 NOT A THROUGH STREET/ROAD First 24X24 6.50000000000 Pole PASEO SAUCEDAL SGN17229 12822 SIGNAL AHEAD First 36)(36 0.00000000000 Pole RANCHO SANTA FE RD SGN17367 12849 YIELD Third 30X30 7.30000000000 Pole SITIO BAYA SGN17397 12850 NOT A THROUGH STREET/ROAD First 24X24 7.20000000000 Pole AVENIDA DIESTRO SGN17398 12869 NOT A THROUGH STREET/ROAD First 24X24 6.50000000000 Pole PASEO ARRAYAN SGN17417 12882 SIGNAL AHEAD First 30X30 7.00000000000 Pole RANCHO SANTA FE RD SGN17430 12883 4-WAY Second 12X6 6.60000000000 Pole CALLE BARCELONA SGN17431 12886 SIGNAL AHEAD First 36X36 0.00000000000 Pole RANCHO SANTA FE RD SGN17434 12894 YIELD Second 30X30 6.30000000000 Pole LOS PINOS CR SGN17453 12965 ALL WAY Second 18X6 6.90000000000 Pole CALLE ACERVO SGN17534 12966 ALL WAY Second 18X6 6.90000000000 Pole CALLE ACERVO SGN17535 12967 ALL WAY Fourth 18X6 6.60000000000 Pole CALLE CORDOBA SGN17536 12970 STOP AHEAD First 30X30 6.60000000000 Pole CALLE ACERVO SGN17539 17429 STOP AHEAD First 30x30 6.10000000000 Pole HARDING ST SGN13695 17432 LARGE ARROW-SINGLE ARROW •First 18x36 0.00000000000 Pole MAGNOLIA AVE SGN13698 17440 YIELD Third 30x30 6.00000000000 Pole PALM AVE SGN13711 17447 END First 24x24 2.60000000000 Pole MAGNOLIA AVE SGN13736 17448 DOUBLE ARROW First 18x36 0.00000000000 Pole MAGNOLIA AVE SGN13737 17483 ALL WAY Second 18X6 4.65000000000 Barrier ORION ST SGN15489 17490 SIGNAL AHEAD First 30X30 7.00000000000 Pole AVIARA PY SGN15516 17745 LARGE ARROW-SINGLE ARROW First 0.00000000000 Pole SGN9939 tut Revised 6/15/17 Contract No. 6037 Page 167 of 167