Loading...
HomeMy WebLinkAbout2023-01-24; City Council; ; Update on the City’s Efforts to Improve Traffic Safety, Ratify Contract for Bike Lane Improvements and Consider Extending the Emergency ProclamationCA Review CKM Meeting Date: Jan. 24, 2023 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: Geoff Patnoe, Assistant City Manager geoff.patnoe@carlsbadca.gov, 442-339-2820 Subject: Update on the City’s Efforts to Improve Traffic Safety, Ratify Contract for Bike Lane Improvements and Consider Extending the Emergency Proclamation Districts: All Recommended Actions 1.Receive a report on actions taken to date relating to a local traffic safety emergency proclaimed Aug. 23, 2022, including the city’s use of data to measure results and the launch of a new public education program. 2.Receive a report on options available to fund additional traffic safety efforts recommended by the Traffic & Mobility and Planning commissions. 3.Adopt a resolution ratifying the approval of project plans and specifications, acceptance of the bid and awarding a contract to Superior Pavement Markings, Inc. for the Green Paint Bike Lane Enhancement Project in the amount of $372,343. 4.Adopt a resolution extending the Proclamation of Bicycle, E-Bicycle and Motorized Mobility Device Safety Local Emergency until March 25, 2023, at 5 p.m., unless extended or terminated earlier by the City Council. Executive Summary The City of Carlsbad proclaimed a local emergency on traffic safety Aug. 23, 2022, to address a more than 200% increase in collisions involving bikes and e-bikes since 2019. Following the emergency proclamation, city staff immediately launched new public education, engineering and enforcement initiatives as well as created a longer-term plan to address traffic safety. This report covers four topics related to the city’s emergency response: 1.An update on the city’s education, engineering and enforcement actions in response to the local emergency and the results so far. 2.An overview of options to fund additional traffic safety efforts identified in the Safer Streets Together Plan. 3.A request to ratify a contract for bike lane improvements. 4.A request to consider extending the emergency, which must be done at least every 60 days unless the City Council wishes to end the emergency. Jan. 24, 2023 Item #13 Page 1 of 47 Explanation & Analysis Proclamation of emergency On Aug. 23, 2022, the City of Carlsbad proclaimed a local emergency based on a more than 200% increase in bike and e-bike collisions since 2019. Under an emergency proclamation, a city can more easily redeploy staff and resources and expedite certain processes that allow projects to be completed more quickly. The city’s efforts address the three Es of traffic safety: education, engineering and enforcement: Actions to date City staff have initiated a wide variety of programs, projects and initiatives, some that could be completed immediately and others that are longer term in nature. All are described in the Safer Streets Together Plan, which was presented to the City Council on Sept. 27, 2022. (Exhibit 4) At that meeting, the City Council directed staff to continue the actions started immediately following the emergency proclamation, such as enhanced signage, bike lane improvements and more enforcement, and implement 14 new actions from the plan. Jan. 24, 2023 Item #13 Page 2 of 47 1111 EDUCATION ~~ Raise awareness of traffic safety rules and create a strong social norm .I ... & around traffic safety behaviors. ~ ENGINEERING Design roads and other infrastructure to support the safe movement of people through all modes of travel. ENFORCEMENT * Hold all users accountable for following the rules of the road and engaging in safe behaviors. Immediate actions Jan. 24, 2023 Item #13 Page 3 of 47 SAF ER STREET S CAM PAIGN LAUNC H 1,531 ,721 ~=r] 75,385 Times sod_al media_ '[@] Socia media users saw mformaoon engag;emeirtts ·•Pu blic ~--,comments ~News ~ stomie s iht .San Jllitgo llnion•itibunt Carlsbad declares local emergency after increase in bicycle collisions, fatalities ENGINEERING --------------------- 1 8 New green bike ~ ~ ~ lane locations ~ ~ ~ Speed feedback signs insta lled ... -a.. 5 Traffic calming projects started in new neighborhoods ti ~e2~m"ts restriped ENFORCEMENT -------------------- 3,879 Enforcement actions 142 DUI arrests Warnings vs. citations Citations by mode Current actions City staff are working on the following new actions approved by the City Council on Sept. 27, 2022. Vision Zero resolution Vision Zero is a strategy to eliminate traffic fatalities and severe injuries, while increasing safe, healthy and equitable mobility for all. Vision Zero recognizes that the goal of zero roadway fatalities and severe injuries among all road users is bold and daunting, yet setting that goal publicly is important to making real change. Although the City of Carlsbad is already following many of the policies recommended in the Vision Zero strategy, the City Council directed staff to bring back a resolution elevating the importance of these policies and provide a framework for the actions already underway and any additional actions the City Council chooses to add from this plan. Staff are researching options and will bring a draft resolution to the City Council in March. Community commitment campaign To help promote a strong social norm around traffic safety behaviors, the City Council approved a commitment campaign, which is launching this month. The campaign uses an online pledge form, yard signs, window clings, social media and other tools for the community to publicly commit to safe roadway behaviors and to share their commitment with others. Jan. 24, 2023 Item #13 Page 4 of 47 Social media campaign Yard signs Businesses window sticker ofo~ ~ SAFER TOGETHER CARLSBAD Window cling for cars, front windows School collaboration City staff are collaborating with all districts and schools serving Carlsbad, including preschools, to increase awareness of traffic safety. To date, police officers attended back to school nights at all high schools and middle schools, an e-bike safety workshop was held for parents, safety articles have been shared in school and district newsletters, safety banners have been posted at school sites, and safety assemblies are being planned at local middle schools. Business, non-profit partnership program The city is working with local businesses to help share safety messages. On Dec. 26, 2022, the city teamed up with Pedego Carlsbad, a local e-bike shop, to host a media event promoting awareness safety rules for everyone who received a new bike or e-bike over the holidays. This effort resulted in 50 news stories, including coverage on every local TV news station. The city is also working with businesses to make tip cards and window clings available to patrons and encouraging businesses to share city content on their social media channels. Mobility organization partnership program City staff have entered into an agreement with the San Diego County Bicycle Coalition to provide safety classes in Carlsbad, participate in local school assemblies, plan a bike rodeo and assist with public service announcement videos and other efforts to help increase awareness of traffic safety. The city has also engaged Circulate San Diego to provide pedestrian safety classes at schools in Carlsbad, assist with public service announcement videos and raise awareness of the importance of traffic safety. Jan. 24, 2023 Item #13 Page 5 of 47 CHS Newsletter 11114/22 Al~ ar• approac:hing h Thanklgl'Vin; s, .. k it... City of c.r1,o.:1 WOIAd Ilk• lo remn:1 ~ to tak• ca.,. and ~ the road whetM< you~ d!Mng, bkJng ot walking I am grawful lot ow oornmunity pam.Bhlp and wilh you an a v.ry .at. and wend.~ ThanklQIV!ng bJHII. PIHM1-theil!m.D2J.bmoR1"1formabon .,_,., Jut.Redfield ._, VIKINGS at:k LET'S BE SAFER TOGETHER !l[!)Takethe SAFER STREETS [!l -; · pledge today {city of Carlsbad Video public service announcements The city has produced 12 new public service announcement videos to share on social media, the city’s website and the city’s cable channel. Topics have included pedestrian safety tips, bike safety tips, e-bike rules and street design basics. Upgraded high-pedestrian signal locations The city has reduced vehicle-pedestrian conflicts by allowing pedestrians to begin crossing while vehicles still face a red signal. Countdown pedestrian indications clarify pedestrian crossing times and reduce confusion and ambiguity. Thirty-three locations have been upgraded and staff will continue to evaluate if additional locations are candidates for the lead pedestrian phasing timing plans. School e-bike certification/permit program The Police Department has reached out to all four school districts serving Carlsbad to explore options for ensuring students riding bicycles (to include e-bikes) to school are equipped with the skills and knowledge to ride safely on our streets. All four districts have expressed interest in working with the Police Department on a bike registration program, which would involve students being offered a safety training course administered by Carlsbad Police Officers certified in Smart Cycling as well as San Diego County Bicycle Coalition personnel. Police Department staff are working through the details of the programs with each district with the goal of being ready to launch in time for back to school in fall 2023. Expanded street resurfacing and restriping The city accelerated slurry seal and restriping of major east/west arterial corridors to balance the needs of the users of the streets. The project will seal the roadways to improve pavement condition as part of our pavement management program and improve conditions for all the users on the road. The first phase of this strategy includes: • Olivenhain Road – from Encinitas city limits to Rancho Santa Fe Road intersection • La Costa Avenue – from western city border near I-5 to Fairway Lane • Poinsettia Lane – from Carlsbad Boulevard to Melrose Drive • Cannon Road – from Avenida Encinas to Faraday Avenue • Tamarack Avenue – from Carlsbad Boulevard to Carlsbad Village Drive • Carlsbad Village Drive – from Interstate 5 to College Boulevard The approval of the plans and specifications and authorization to advertise the first phase of this project will be presented to the City Council in the next month. In addition to that project, work to refresh bike lanes and double lines around Carlsbad school zones is near completion with the completion date dependent on weather conditions Jan. 24, 2023 Item #13 Page 6 of 47 Tamarack traffic calming City staff held a public meeting on Oct. 12, 2022, on slowing traffic on Tamarack Avenue, from Skyline Drive to Adams Street followed by an online opportunity for neighbors and others in the area to discuss options. Staff are now finalizing the design and plan to complete the installation of traffic calming improvements by the end of April 2023. City staff will present the Tamarack Avenue Traffic Calming Project to the Traffic & Mobility Commission at its April 3, 2023, meeting. Reconfigure arterials The city is planning to reconfigure arterial streets including vehicular lane reductions and seal the roadways to improve pavement condition as a part of our Pavement Management Program and enhance conditions for all users of the road. Reconfiguring roadways also reduces the long-term pavement maintenance costs and improves the line of sight for side street users approaching the arterial. This program would be phased, with the first phase reconfiguring: • Carlsbad Boulevard – from Pine Avenue to southern border near La Costa Avenue • El Fuerte Street – from Faraday Avenue to tie into the existing one vehicle lane in each direction south of Rancho Pancho, excluding the segments approaching Loker Avenue to Bressi Ranch Way • Grand Avenue – from Ocean Street to Hope Way. This would be the first phase of the Grand Avenue Promenade Project to provide short-term benefits until the final promenade improvements are completed. • Poinsettia Lane – from Avenida Encinas to Carlsbad Boulevard • Cannon Road – Avenida Encinas to El Arbol Drive Several of the reconfigured arterial road segments are included in the first phase of the expanded street resurfacing and restriping project described above. These segments are: • Carlsbad Village Drive – Appian Road to Chatham Road • Tamarack Avenue – Skyline Drive to Carlsbad Village Drive • Cannon Road – El Arbol Drive to Avenida Encinas • Poinsettia Lane – Carlsbad Boulevard to Avenida Encinas The remaining segments are currently under design and warrant additional public vetting. These segments are: • Carlsbad Boulevard – from Pine Avenue to southern border near La Costa Avenue • Grand Avenue – from Ocean Street to Hope Way. For these remaining segments, staff are planning a public outreach plan and will vet these projects through the Traffic & Mobility Commission later this year. Expanded street resurfacing and restriping The city will also seal roadways to improve pavement condition as part of our pavement management program and improve conditions for all the users on the road. This second phase will cover: • Palomar Airport Road – from Avenida Encinas to eastern city border • Rancho Santa Fe Road and Olivenhain Road – from the eastern city border to the western city border Jan. 24, 2023 Item #13 Page 7 of 47 This strategy will reduce the long-term maintenance costs of the restriped road segments by reducing the width of the vehicular travel lanes. The city will continue to use the new striper truck to assist with road restriping maintenance efforts. Review citywide speed limits for potential reduction The city will continue to review speed limits citywide to determine whether speed limit reductions should occur, in accordance with Assembly Bill 43 – Traffic Safety (2021). City staff continue to work with the state to receive an update on the standards that would allow local agencies to consider lowering speed limits with established criteria. Legislative advocacy for e-bike licensing requirement City staff have updated the City Council’s legislative platform to provide a basis for pursuing this goal. City Council approved this change Jan. 10, 2023. Staff are now working with the city’s government relations consultant to explore opportunities to enact statewide legislation requiring a licensing process and training to ride an e-bike. Planned projects In addition to the actions described above, city staff continue to make progress on over 100 other traffic and mobility related projects already planned over the next 15 years, at a cost of about $350 million. Funding for these projects has been appropriated from various sources including gas tax, the TransNet transportation sales tax, and the city’s traffic impact fees. The main projects are listed below in order of the expected completion date. • Tyler Street Traffic Circulation Study • Safe Routes to School Plan – Hope Elementary • Installation of permanent speed feedback signs at eight locations in the Barrio • Carlsbad Boulevard pedestrian improvements, Mountain View Drive to Tamarack Avenue • El Camino Real widening – Poinsettia Lane to Camino Vida Roble • Kelly Drive and Park Drive complete street improvements • Maverick Way and Camino De Los Coches Intersection Control • Las Flores Street at I-5 Traffic Calming • Barrio traffic circles • Village decorative lighting • Beach access repair & upgrades – Pine Avenue to Tamarack Avenue • Avenida Encinas Coastal Rail Trail and Pedestrian Improvements • El Camino Real right turn lane to eastbound Alga Road • El Camino Real widening – Arenal Road to La Costa Avenue • Terramar Area coastal improvements • Carlsbad Boulevard and Tamarack Avenue pedestrian improvements • El Camino Real widening – Sunny Creek Road to Jackspar Drive • Valley Street and Magnolia Avenue complete streets • ADA beach access – Pine Avenue to Tamarack Avenue • Avenida Encinas and Palomar Airport Road pedestrian access improvements • Camino De Los Coches and La Costa Avenue intersection control • Carlsbad Boulevard pedestrian lighting – Tamarack Avenue to State Street • Carlsbad Village Drive and Grand Avenue pedestrian improvements • Christiansen Way improvements Jan. 24, 2023 Item #13 Page 8 of 47 • Valley Street traffic calming • Barrio street lighting • Chestnut Avenue complete street improvements – Valley Street to Pio Pico • Chestnut Avenue complete street – I-5 to railroad crossing • Grand Avenue Promenade • La Costa Avenue traffic improvements • State Street and Grand Avenue road improvements • Poinsettia Lane and Oriole Court traffic control improvements • Trail connectivity to Tamarack State Beach • Carlsbad Boulevard realignment – Manzano Drive to Island Way • South Carlsbad Coastline road realignment Data analysis The city has used a data-informed approach to inform the declaration of an emergency, to guide its actions to address the emergency, and to monitor the progress and outcomes from its actions. The city is using a variety of types of data including citations, injury collisions, traffic, modes of travel, engagement, public sentiment, and any other available data to inform its approach and actions. The city is also leveraging its investments in Tableau data visualization and analytics software as well as GIS to discover valuable data insights. Initial analysis of the data shows that there has been swift and significant activity to address the emergency. There are also data that suggests these actions may be helping to reduce the number of injury collisions in the city since the declaration of the emergency. An analysis of the data related to the city’s actions to address the emergency and the outcomes will be presented as part of this report. Funding options City staff presented the Safer Streets Together Plan to the City Council on Sept. 27, 2022. The plan identified 44 potential education, engineering and enforcement actions to address traffic safety in Carlsbad. (See Safer Streets – Options Worksheet, Exhibit 5.) The City Council voted to proceed with 18 actions that were already funded either through a $2 million allocation made by the City Council on Aug. 30, 2022, to fund the city’s emergency response or from funding already included in the city budget. The City Council also directed staff to seek feedback from the Traffic & Mobility and Planning commissions on the remaining actions in the plan. (Their feedback is included in Exhibit 5.) On Dec. 6, 2022, city staff presented the City Council with feedback from the Traffic & Mobility and Planning commissions. • The total cost of unfunded actions recommended by the Traffic & Mobility Commission was $3,436,253 in one-time costs and $620,753 in ongoing costs. • The total cost of unfunded actions recommended by the Planning Commission was $5,134,737 in one-time costs and $1,535,237 in ongoing costs. At the Dec. 6, 2022, meeting, city staff committed to returning to the City Council with a discussion of potential funding sources for these additional actions, should the City Council wish to pursue them. Jan. 24, 2023 Item #13 Page 9 of 47 General Fund forecast On April 20, 2022, city staff presented a revenue study to the City Council that detailed the city’s past and forecasted fiscal condition. The report discussed many of the positive steps taken to safeguard the city’s financial health and highlighted many recently added or expanded city services. Also included was the General Fund’s five-year forecast, which illustrated expenditures growing at a faster rate than revenues, which eventually led to a forecasted annual deficit beginning in fiscal year 2025-26. In response to these observed and forecasted trends, staff presented various revenue enhancement options for the City Council to consider, including a sales, transient occupancy and cannabis tax measure. No further direction was provided to staff. At the time the city’s General Fund forecast was developed and presented to the City Council as part of the budget adopted for fiscal year 2022-23, the city was experiencing extreme inflationary increases driven by, among other factors, geopolitical conflict, supply chain disruption, and pent- up demand. Now, eight months later, the city is still experiencing extreme inflationary increases that have been sustained for well over a 12-month period and is also facing increased economic uncertainty leading to a heightened risk of recession. This has added further strain to the city’s General Fund forecast, although due to good revenue performance over the last year, the timing of the projected future deficit in fiscal year 2025-26 remains relatively unchanged. As the city continues to provide high level service to the community, responsibly managing public resources and work in partnership with the community to realize its vision for the future, it is important to analyze the fiscal impact and costs associated with actions being considered. If the City Council were to approve additional one-time and/or ongoing appropriations, in order to not accelerate the potential future deficit projected in fiscal year 2025-26, staff would recommend considering one or more of the following options: General Fund Reserve – The City Council has authority to commit the use of the General Fund Reserve for one-time opportunity costs in accordance with City Council Policy Statement No. 74. As of June 30, 2022, the General Fund Reserve ratio was approximately 60% and in compliance with the policy statement, which sets forth a minimum reserve balance equal to 40% of the previous fiscal year’s adopted budget. Capital grants and non-discretionary resources – The city has already taken advantage of many federal, state and county grants. Staff plan to pursue additional grant funding, assuming the scope, timing and eligibility align with city projects. In addition, the city receives non-discretionary resources from the state and county, including gas and TransNet taxes, each year. Most of these funds are already dedicated to the city’s 15-year Capital Improvement Program. The City Council has already authorized traffic safety related projects to be expedited utilizing these funds. However, the City Council could consider reprioritizing additional CIP projects to fund more traffic safety projects. Tax enhancement – The City Council has authority to direct staff to study and present to the City Council findings and recommendations related to tax enhancements. Such enhancements often include these measures: o Sales tax – The local rate in the City of Carlsbad is currently 7.75% and, depending on the incremental tax rate increase of 25 to 100 basis points, additional annual revenue ranging from $7.4 million to $30 million could be generated. Jan. 24, 2023 Item #13 Page 10 of 47 o Transient occupancy tax – The local rate in the City of Carlsbad is 10% (not including the 2% assessed by the Carlsbad Tourism Business Improvement District). Increasing the city’s local rate from 10% to 12% could generate an additional $6 million in annual revenues. o Parcel tax – Parcel taxes are not valued based on the parcel of property. They can either be structured as a flat rate per parcel or as a variable rate depending on the size, use, or number of units on the parcel. The additional revenue that could be generated annually is highly dependent on the structure and extent of the tax. If further directed, staff will provide detailed information supporting multiple options. o Cannabis tax measure – With the passing of SB 1186, as of January 1, 2024, cities must allow the retail sale by delivery of medicinal cannabis products. However, the sale of commercial cannabis products is currently prohibited in the City of Carlsbad, so no taxes are assessed. The fiscal impact of a cannabis tax measure is difficult to quantify and, if further directed, staff would research and present the City Council with multiple options for consideration. General obligation bond – General obligation bonds are debt instruments issued by state and city governments to cover a wide range of municipal infrastructure projects. They are backed solely by the credit and taxing power of the issuing jurisdiction and are commonly used when local governments choose to finance a project rather than funding it with cash. Issuing bonds to finance public infrastructure can allow for the continuance of vital services and programs within the community. Enhanced infrastructure financing district – Senate Bill 628 (2014) enabled the creation of these governmental entities. One or more may be established within a city to finance the construction or rehabilitation of a wide variety of public infrastructure and private facilities, including affordable housing, transit priority projects, mixed use development and other types of development through property tax increment of the city’s consent. The fiscal impact would vary depending on multiple factors. If further directed, staff would research and bring multiple options for consideration. Contract for the Green Paint Bike Lane Enhancement Project The Green Paint Bike Lane Enhancement Project was identified as one of the priority projects to enhance bicycle safety. This project will install green paint bike lane enhancements to highlight conflict areas at 36 high bike collision locations throughout the city. • In September 2022, the city executed a professional services agreement with STC, Inc. to prepare the design and construction package for the project. • On Nov. 1, 2022, in accordance with the proclamation of emergency for traffic safety declared by the City of Carlsbad, the City Manager, as authorized by Carlsbad Municipal Code Section 3.28.120 – Emergencies, approved staff to request bids for construction of the Green Paint Bike Lane Enhancement Project. • On Nov. 8, 2022, staff received a bid from Superior Pavement Markings, Inc. in the amount of $372,343 for construction of the project. The bid was under the engineer’s estimate of $386,100. Staff evaluated the bid and found that the bid from Superior Pavement Markings, Inc. was responsive and responsible. Jan. 24, 2023 Item #13 Page 11 of 47 • On Dec. 21, 2022, in accordance with the proclamation of emergency for the traffic safety declared by the City of Carlsbad, the City Manager, as authorized by Carlsbad Municipal Code Section 3.28.120 – Emergencies, executed a construction contract with Superior Pavement Markings for construction of the project. Construction of the project is anticipated to begin in late January or early February 2023. Sufficient funding is available from the declaration of emergency funding to pay for the project. Staff recommend the City Council adopt a resolution ratifying the approval of the plans and specifications, accepting the bid and awarding a contract to Superior Pavement Markings, Inc. in the amount of $372,343 for construction of the project. The ratification includes a determination the procurement was an emergency procurement exempt from the Purchasing Ordinance’s procurement requirements under Subsection (A) of Carlsbad Municipal Code Section 3.28.110 – Exemptions. The proposed resolution is attached as Exhibit 1. The plans, specifications and contract documents are Exhibit 2. Continuing the state of emergency The California Emergency Services Act allows cities to proclaim a local emergency when needed to protect public safety in extreme circumstances. Carlsbad’s emergency proclamation went into effect Aug. 23, 2022, and was ratified by the City Council Aug. 30, 2022. California Government Code Section 8630, subdivision (c), requires the City Council to review the need for continuing the local emergency at least once every 60 days until the City Council terminates the local emergency. The City Council extended the state of emergency on Oct. 18, 2022 and again on Dec. 6, 2022. The proclamation of local emergency will expire on Feb. 3, 2023, at 5 p.m., unless it is extended or terminated earlier by the City Council. Staff recommend continuing the state of emergency to allow the city to continue its emergency efforts to remove conditions of extreme peril due to traffic safety. A proposed resolution is attached as Exhibit 3. Fiscal Analysis On Aug. 30, 2022, the City Council authorized the Deputy City Manager of Administrative Services to appropriate $2 million from unspent funds from the fiscal year 2021-22 General Fund budget to support the city’s coordinated efforts to increase attention and resources on a range of solutions, including infrastructure, safety and enforcement, and a focus on safe driving behavior education. This included: • $535,000 for overstaffing the Police Department’s sworn positions by four additional full- time officers • $100,000 for police overtime for training and enforcement • $250,000 to buy additional speed feedback signs and electronic messaging boards • $1,115,000 for infrastructure projects and safe driving behavior education To date, a little over half of this amount has been allocated to the city’s emergency response: $506,394 has been spent, and $630,354 is currently encumbered, meaning dedicated to a specific contract to complete planned work. The work already authorized by the City Council for the traffic emergency response is expected to require the entire $2 million allocation. No additional funding is being requested at this time. Next Steps Staff will continue to respond to the local emergency as directed by the City Council. Jan. 24, 2023 Item #13 Page 12 of 47 Environmental Evaluation The allocation of funding for anticipated actions intended to mitigate the emergency, which includes infrastructure and safety improvements, and education and enforcement efforts focusing on safe driving behavior are a Class 1 categorical exemption under California Environmental Quality Act Guidelines Section 15301 – Existing Facilities. Specifically, Section 15301(c) exempts existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities (this includes road grading for the purpose of public safety), and other alterations such as the addition of bicycle facilities, including but not limited to bicycle parking, bicycle-share facilities and bicycle lanes, transit improvements such as bus lanes, pedestrian crossings, street trees and other similar alterations that do not create additional automobile lanes. The anticipated improvements to the city’s existing mobility network under this action will improve public safety and address the critical issues raised in the emergency declaration. Actions are anticipated to involve negligible expansion of the current facilities and infrastructure beyond existing and will not result in additional automobile lanes. The actions are not expected to increase vehicular use of a roadway, will occur within the existing public right-of-way, and will not change the overall facility use of the mobility network. No exception to the exemption as set forth in CEQA Guidelines Section 15300.2 applies. For the reasons stated above, the action is categorically exempt from CEQA under CEQA Guidelines Section 15304(e), which applies to the minor temporary use of land having negligible or no permanent effects on the environment, and CEQA Guidelines Section 15304(h), which covers the creation of bicycle lanes on existing rights-of-way. Exhibits 1. City Council resolution ratifying approval of project plans and specifications, acceptance of the bid and awarding a contract to Superior Pavement Markings, Inc. for the Green Paint Bike Lane Enhancement Project 2. Project plans, specifications and contract documents (on file in the City Clerk’s Office) 3. City Council resolution extending state of emergency 4. Safer Streets Plan 5. Safer Streets - Options Worksheet Jan. 24, 2023 Item #13 Page 13 of 47 RESOLUTION NO. 2023-038 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, RATIFYING APPROVAL OF THE PLANS AND SPECIFICATIONS, ACCEPTANCE OF THE BID AND AWARDING CONTRACT TO SUPERIOR PAVEMENT MARKINGS, INC. FOR THE GREEN BIKE LANE ENHANCEMENT PROJECT WHEREAS, on Aug. 23, 2022, the City of Carlsbad proclaimed a local emergency based on a more than 200% increase in bike and e-bike collisions since 2019; and WHEREAS, in September 2022, the city executed a professional services agreement with STC, Inc. to prepare the design and construction package for the Green Bike Lane Enhancement Project, or Project; and WHEREAS, on Nov. 1, 2022, in accordance with the proclamation of emergency for traffic safety declared by the City of Carlsbad, the City Manager, as authorized under Carlsbad Municipal Code Section 3.28.120-Emergencies, approved staff to request bids for construction of the Project; and WHEREAS, on Nov. 8, 2022, staff received a bid from Superior Pavement Markings, Inc. in the amount of $372,343 for construction of the Project, which was under the engineer's estimate of $386,100; and WHEREAS, staff evaluated the bid from Superior Pavement Markings, Inc. and determined it was responsive and responsible; and WHEREAS, on Dec. 21, 2022, in accordance with the proclamation of emergency for the traffic safety declared by the City of Carlsbad, the City Manager, as authorized under Carlsbad Municipal Code Section 3.28.120 -Emergencies, executed a contract with Superior Pavement Markings, Inc. for construction of the Project; and WHEREAS, the Project plans, specifications and contract documents are Exhibit 2 to the companion staff report and are on file in the City Clerk's Office; and WHEREAS, the procurement of the construction work needed to complete the Project is an emergency procurement exempt from the Purchasing Ordinance's procurement requirements under subsection (A) of Carlsbad Municipal Code 3.28.110 -Exemptions; and WHEREAS, sufficient funding is available from the Declaration of Emergency funding to fund construction of the Project; and Exhibit 1 Jan. 24, 2023 Item #13 Page 14 of 47 WHEREAS, the City Planner has determined that the action is categorically exempt from the California Environmental Quality Act under CEQA Guidelines Section 15304(e), which applies to the minor temporary use of land having negligible or no permanent effects on the environment, and CEQA Guidelines Section 15304(h), which covers the creation of bicycle lanes on existing rights-of-way. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the City Council ratifies approval of the plans and specifications, acceptance of the bid and awarding a contract to Superior Pavement Markings, Inc. for the Green Bike Lane Enhancement Proje<::t. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 24th day of January, 2023, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder. None. None. None. KEITH BLACKBURN, Mayor ( Lma,,,Pj(/f[J� k�HERRY FREISINGER, City Clerk LT (SEAL) Jan. 24, 2023 Item #13 Page 15 of 47 Exhibit 2 Plans, specifications and contract documents (on file in the Office of the City Clerk) Jan. 24, 2023 Item #13 Page 16 of 47 Revised 5/10/16 Contract No. 9599 Page 1 of 121 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 BID NO. PWS23-2006TRAN Exhibit 2 I , -Bidding Revised 5/10/16 Contract No. 9599 Page 2 of 121 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 12 Guide for Completing the “Designation of Subcontractors” Form ......................................... 16 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 18 Bidder's Statement of Technical Ability and Experience ....................................................... 19 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 20 Bidder’s Statement Re Debarment ....................................................................................... 21 Bidder's Disclosure of Discipline Record …………………………………………… ................. 22 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 24 Contract Public Works .......................................................................................................... 25 Labor and Materials Bond .................................................................................................... 32 Faithful Performance/Warranty Bond ................................................................................... 34 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 36 0 Revised 5/10/16 Contract No. 9599 Page 3 of 121 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 39 1-2 Definitions .................................................... ................................................ 39 1-3 Abbreviations ............................................... ................................................ 43 1-4 Units of Measure .......................................... ................................................ 46 1-5 Symbols ....................................................... ................................................ 47 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 48 2-2 Assignment .................................................. ................................................ 48 2-3 Subcontracts ................................................ ................................................ 48 2-4 Contract Bonds ............................................ ................................................ 49 2-5 Plans and Specifications .............................. ................................................ 50 2-6 Work to be Done .......................................... ................................................ 54 2-7 Subsurface Data .......................................... ................................................ 54 2-8 Right-of-Way ................................................ ................................................ 54 2-9 Surveying ..................................................... ................................................ 54 2-10 Authority of Board and Engineer .................. ................................................ 59 2-11 Inspection .................................................... ................................................ 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 60 3-2 Changes Initiated by the Agency .................. ................................................ 60 3-3 Extra Work ................................................... ................................................ 61 3-4 Changed Conditions .................................... ................................................ 64 3-5 Disputed Work ............................................. ................................................ 65 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 71 4-2 Materials Transportation, Handling and Storage ........................................... 75 Section 5 Utilities 5-1 Location ....................................................... ................................................ 76 5-2 Protection .................................................... ................................................ 76 5-3 Removal ...................................................... ................................................ 77 5-4 Relocation .................................................... ................................................ 77 5-5 Delays .......................................................... ................................................ 78 5-6 Cooperation ................................................. ................................................ 78 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 79 6-2 Prosecution of Work ..................................... ................................................ 83 6-3 Suspension of Work ..................................... ................................................ 83 6-4 Default by Contractor ................................... ................................................ 84 6-5 Termination of Contract................................ ................................................ 85 6-6 Delays and Extensions of Time .................... ................................................ 85 6-7 Time of Completion ...................................... ................................................ 86 6-8 Completion, Acceptance, and Warranty ....... ................................................ 86 0 Revised 5/10/16 Contract No. 9599 Page 4 of 121 6-9 Liquidated Damages .................................... ................................................ 87 6-10 Use of Improvement During Construction .... ................................................ 87 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 88 7-2 Labor ........................................................... ................................................ 88 7-3 Liability Insurance ........................................ ................................................ 88 7-4 Workers' Compensation Insurance .............. ................................................ 88 7-5 Permits ........................................................ ................................................ 89 7-6 The Contractor’s Representative .................. ................................................ 89 7-7 Cooperation and Collateral Work ................. ................................................ 89 7-8 Project Site Maintenance ............................. ................................................ 90 7-9 Protection and Restoration of Existing Improvements ................................... 92 7-10 Public Convenience and Safety ................... ................................................ 92 7-11 Patent Fees or Royalties .............................. ................................................ 99 7-12 Advertising ................................................... ................................................ 99 7-13 Laws to be Observed ................................... ................................................ 99 7-14 Antitrust Claims ............................................ .............................................. 100 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 101 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 102 9-2 Lump Sum Work .......................................... .............................................. 102 9-3 Payment ...................................................... .............................................. 102 9-4 Bid Items ...................................................... .............................................. 106 SUPPLEMENTAL PROVISIONS TO PART 2 AND 3 OF THE SSPWC Part 2 Construction Materials Section 206 Miscellaneous Metal Items 206-7 Traffic Signs ................................................. .............................................. 108 206-8 Light Gage Steel Tubing and Connectors .... .............................................. 110 206-9 Portable Changeable Message Sign ............ .............................................. 112 Section 210 Paint and Protective Coatings 210-1 Paint ............................................................ .............................................. 113 Section 214 Pavement Markers 214-5 Reflective Pavement Markers ...................... .............................................. 114 PART 3 Construction Methods Section 310 Painting 310-5 Painting Various Surfaces .......................................................................... 115 310-7 Permanent Signing ..................................................................................... 116 Section 312 Pavement Marker Placement and Removal 312-1 Placement ................................................................................................... 116 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ......................................................... 117 313-2 Temporary Traffic Signing .......................................................................... 118 0 Revised 5/10/16 Contract No. 9599 Page 5 of 121 313-3 Temporary Railing (Type K) and Crash Cushions ...................................... 118 313-4 Measurement and Payment ........................................................................ 120 Appendix A .................................................................... .............................................. 121 0 Revised 5/10/16 Contract No. 9599 Page 6 of 121 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS In accordance with the Proclamation of Bicycle, E-Bicycle and Motorized Mobility Device Safety Local Emergency declared in the City of Carlsbad, California on August 23, 2022, ratified by the City Council on August 30, 2022, and extended on October 18, 2022, and Carlsbad Municipal Code §§ 3.28.110 and 3.28.120, until 11 a.m. on November 8, 2022, the City will accept expedited bids via electronic format at the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carlsbadca.gov/departments/finance/contracting-purchasing, for performing the work as follows: signing and striping work to enhance bike lanes with green paint. GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 BID NO. PWS23-2006TRAN ELECTRONIC FORMAT RECEIPT OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.carlsbadca.gov/departments/finance/contracting-purchasing 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 IP 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 regarding the Proclamation of Bicycle, E-Bicycle and Motorized Mobility Device Safety Local Emergency declared in the City of Carlsbad, 0 Revised 5/10/16 Contract No. 9599 Page 7 of 121 California on August 23, 2022, ratified by the City Council on August 30, 2022, and extended on October 18, 2022, and regarding Carlsbad Municipal Code §§ 3.28.110 and 3.28.120. 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 how 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 irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. 0 Revised 5/10/16 Contract No. 9599 Page 8 of 121 The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Noncollusion Declaration 3. Designation of Subcontractor and Amount of Subcontractor’s Bid 4. Bidder's Statement of Technical Ability and Experience 5. Acknowledgement of Addendum(a) 6. 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. 7. Bidder’s Statement Re Debarment 8. Bidder's Disclosure of Discipline Record 9. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER’S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $385,100. 0 Revised 5/10/16 Contract No. 9599 Page 9 of 121 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 submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not include federal funds. The following classifications are acceptable for this contract: A: General Engineering and/or C-32: Parking and Highway Improvement Contractor. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions and Contract Documents may be obtained on the City of Carlsbad website at https://www.carlsbadca.gov/departments/finance/contracting- purchasing. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. 0 Revised 5/10/16 Contract No. 9599 Page 10 of 121 The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. 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 Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. 0 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-:VII 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. 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. October 28, 2022 Date Depu(y Clerk ., ~., Revised 5/10/16 Contract No. 9599 Page 11 of 121 CITY OF CARLSBAD GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 City Council City of Carlsbad CONTRACTOR'S PROPOSAL 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. 9599 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Item No. 1 2. 3 SCHEDULE "A" GREEN PAINT BIKE LANE ENHANCEMENT Description Mobilization at Thirty Five Thousand, Seven Hundred Twenty Five Dollars and Zero Cents (Price in Words) Traffic Control at Twelve Thousand, Eight Hundred and Fifty Dollars and Zero Cents (Price in Words) Signing and Striping Improvements at Three Hundred Twenty Three Thousand, Seven Hundred Sixty Eight Dollars and Zero Cents (Price in Words) Approximate Quantity and Unit 1 LS 1 LS 1 LS Unit Price (Figures) $ 35,725.00 $ 12,850.00 $ 323,768.00 Total Amount (Figures) $35,725.00 $12,850.00 $323,768.00 Total amount of bid in words for Schedule "A": Three Hundred Seventy Two Thousand, Three Hundred Forty Three Dollars and Zero Cents Total amount of bid in numbers for Schedule "A": $ 372 343.00 ------------------------ ( ... •I Revised 5/10/16 Contract No. 9599 Page 12 of 121 Consistent with the Proclamation of Bicycle, E-Bicycle and Motorized Mobility Device Safety Local Emergency declared in the City of Carlsbad, California on August 23, 2022, and extended on October 18, 2022, and ratified by the City Council on August 30, 2022, the City shall award the contract in accordance with Carlsbad Municipal Code § 3.28.11 O and 3.28.120. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _________ 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 776306 classification C31, C32, C61, D38 which expires on 08/31/2023 , 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. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. 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. {\ • .., Revised 5/10/16 Contract No. ~ Page 13 of 121 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ________________ _ (2) Signature (given and surname) of proprietor ________________ _ (3) Place of Business ________________________ _ City and State _________ ....-_________________ _ (4) Zip Code _______ _ (5) E-Mail ____________________ _ IF A PARTNERSHIP SI (1) Name under which business is conducted---------------,,,,:;..-- (2) Signature (given and surname and character of partner} (Note: Signature must be made (3) Place of Business -------~-,."-r."':""':"'"---:---:------------- City and State-------------.-------- (4) Zip Code _____ ..,..,.__ Telephone No. ______________ _ (5) E-Mail ___ __,..___ ______________ _ {\ • ., Revised 5/10/16 Contract No. 9599 Page 14 of 121 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Superior Pavement Markings Inc. (2) --·-::r;:: ...... I ....,,,s,&..2-na-=7'-luV"'"e) __ ? ____________________ _ Darren Veltz, Chief Financial Officer (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _C_a_li_fo_rn_i_a ____ _ (4) Place of Business 5312 CyPreSS Street (Street and Number) City and State Cypress, Ca. (5) Zip Code __ 9_0_6_30 ___ _ Telephone No. (714) 995-9100 (6) E-Mail estimating@superiorpavementmarkings.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: John Lucas, President Robert Garcia, Vice President Darren Veltz, Chief Financial Officer ft \i;J Revised 5/10/16 Contract No. 9599 Page 15 of 121 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 thil'I certiticRt.e is attRched. Rlld not the tmthfillnes.it RCC11mcv. or validitv ofthllt document. State of California County of __ ...;S=an=-aB=em=aI1=d=in=o __ _ On __ N.::...a.;::;o ..... ve.._m=ber= .. 4=·-=2=022==-----·before me, Rebecca Parra, Notazy Public Dllllt tter.1-i name and Tltl9 cl h Officer personally appeared ~············1 ,., REl!ECCJ. PARRA : .. -; Notary Public • California I I -S.n Bernarclno County ~ Commission I/ 2313327 - • , •. My Comm. ExptrH .. OY 1,, 2025 Place Notary Sul Above Darren Veltz Nane(s) cl Signer(a) who proved to me on the basis of satisfactory evidence to be the person(&} whose name(&} is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hi!lhterltheir authorized capacity(ie&}, and that by his/1:lerAheir signature(&} on the instrument the person(&}, or the entity upon behalf of which the person(&} acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the forgoin aragraph is true and correct. ----------OPTIONAL----------------- Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document ColJ)Oration Signature Page 15 of 121 Document Date: _____ N __ o __ n __ e _____ Number of Pages: Signer(&) Other Than Named Above: None Capaclty{ie&) Claimed by Signer{&) Signer's Name: ___ __,O""'a .. rre'-'-""n"--'-Y,""'ettz=------Signer's Name: ___________ _ □ Individual X Corporate Officer -Title(&): Chief Financial Officer □ Partner D □ Limited □ General □ Attorney in Fact □ Trustee □Other: _______ _ Signer is Representing: Suoerior Pavement Markinas Inc RIGHT fHLIMBPRIN T OF Sl(;NFR Top of thumb here □ Individual □ Corporate Officer -Title(s): ______ _ □ Partner D □ Limited □ General □ Attorney in Fact □ Trustee □Other: _______ _ Signer is Representing: RIGHT THUMBPRINT OF Sl(;NFR Top of thumb here Revised 5/10/16 Contract No. 9599 Page 16 of 121 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. 0 Revised 5/10/16 Contract No. 9599 Page 17 of 121 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. 0 Revised 5/10/16 Contract No. 9599 Page 18 of 121 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 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 DIR Registration No. Subcontractor’s License No. and Classification* Amount of Work by Subcontractor in Dollars* Page _____ of _____ pages of this Subcontractor Designation form _________________ * Pursuant to section 4104 (a)(2)(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.” 0 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone Amount Contract of the Em ploy er No. of Person to Type of Work of Comoleted Contract Contract 0712021 City or Murrieta Jason Monell Traffic Striping and i123.58400 1 Town Squara, Murrieta CA 92562 {951) 461-6,j()() Pavement Markings Maintenance 1012021 City or :;an ~emando Manual Fabtan Traffic Striping and $24,721,00 120 Macneil Streat, San Fernando Ca (818) 898-1243 Pavement Marl\ings Maintenance 0212022 City of Costa Mesa Brendan Carpenter Traffic Striping and $137,755 00 P 0. BOl< 1200, Costa Mesa Ca. 92628 (714) 925-7385 Pavement Markings Maintenance 0312022 Clty of Claremont Joe Ciccone Traffic Striping ana $96,250.00 207 Harvard Ave, Claremont CA 91711 (909) 399-5479 Pavement Markings Maintenance 0312022 City of Cathedral CUy Andres Perez Traffic Striping a.nd $210,61000 1~;~~,.~e~;~ ~! ~~~~~rro (760J no-8291 Pavement Mart<lngs Maintenance 0412022 City of Arcadia Dave Thom~son Traffic Striping and $106, 795,00 240 Wast Huntington Drlve (626) 254-2 26 Pavement Mar11ings Maintenance Arcadia CA 91""" 0412022 City of San Marino Chris Gutierrez Traffic Striping and $20,727 00 2200 Huntington Drive (626) 300-0793 Pavement Markings Maintenance 1 ~an Marino CA 91108 .~ Q Revised 5/10/16 Contract No. 9599 Page 19 of 121 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 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 ~ Automobile Liability 181 Workers Compensation 181 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein . . All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. -~ ~, Revised 5/10/16 Contract No. 9599 Page 20 of 121 I ( I A~RDe CERTIFICATE OF LIABILITY INSURANCE I OATEI-DDIYYYYJ 10/6/2022 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. IMPORT ANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(las) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pollclea may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lleu of such endoraement(s). PRODUCER Patriot Risk & Insurance Services '-U"""'' Lauren Bierman NAME: 2415 Cam~us Drive, Suite #200 PHONE 949-486-7900 I FAX ,,.,,,, 11ft ..... ,. CAIC.Nol: Irvine, CA 2612 E411A!L lbiermanl@natrisk.com AODRESS: INSURER(Sl AFFORDING COVERAGE NAICI www.patrisk.com OK07568 INSURER A: Travelers lndemnitv Co of Connecticut 25682 INSURED INSURERB : Travelers Property Casualty Co of Amer 25674 Suferior Pavement Markings, Inc. INSURERC : Redwood Fire and Casualty Insurance Co 11673 53 2 CyP.ress St. Evanston Insurance Comoanv 35378 Cypress CA 90630 INSURERD: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER: 70719120 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IADDL su .... POUCYEFF POLICY EXP LIMITS LTR , .. ., .. wun POLICY NUMBER IIIM/OD/YYYYl A ...:L.. COMMERCIAL Gl!.Nl!.RAL LIABILJTY DT22-C0-6S 124780-TCT-22 9/18/2022 9/18/2023 EACH OCCURRENCE $1000000 ~ CLAIMS·MADE [L] OCCUR lJl'llllAl,jt,J9i NtNTED $300 000 PREMISES Ea occurrenoel -MED EXP (Any one person) ssooo f--PERSONAL & MN INJURY S1000000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 Fl POLICY 0 ~rg= □ LOC PRODUCTS • COMP/OP AGG S2 000 000 OTHER: $ ' AUTOt,tOBILE LIABILITY 810-6S 126005-22-26-G 9/18/2022 9/18/2023 ~~MBINED1~1NGLE LIMIT s1,ooo ooo accident f-- ..L ANY AUTO BODILY INJURY (Per penon) $ -OWNED SCHEDULED BODILY INJURY (Per aa:ident) S -AUTOS ONLY -AUTOS HIRED NON-OWNED ~ROPERTY DAMAGE s AUTOS ONLY AUTOS ONLY Per accident! --s B __L UMBRELLA LIAB ~ OCCUR CUP-6S 12994 7-22-26 9/18/2022 9/18/2023 EACH OCCURRENCE ss 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE ss 000 000 OED I I RETENTION s s C WORKERS COMPENSATION SUWC352595 6/1/2022 6/1/2023 ✓ I ~frruTE I I OTH- AND EMPLOYERS" LIABILITY ER Y/N ANYl'ROPRIETORIPARTNER/EXECUTIVE w N/A E.L. EACH ACCIDENT S1000000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L, DISEASE · EA EMPLOYEE S1 nnn nnn grsi~~~ cW~PERATIONS below E.L. DISEASE -POLICY LIMIT $1000000 D Each Pollution Condition MKLV5ENV103780 9/13/2022 9/13/2023 2,000,000 Pollution Aggregate 4,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Addlllonal Remarl<s Schedule, may be attached If more apace 11 required) •JO-day notice of cancellation/ 10-days for non-payment of premium. CERTIFICATE HOLDER Proof of Insurance I CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WIU BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE "' M "f~,,1~ Dave Jacobson © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 70719120 I 22 /2 3 GL/BA/UMB{IIC/Poll Renewal I Laure n Bierman I 10/6/2022 1; 2t; 26 PM ( PDT) I Page l of 12 This certificate cance e and supersedes ALL previously issued certificates. DT22-CO-6S 124 7 80-TCT-22 Superior Pavement Markings, Inc. COMNERCIAL GENERAL LIABILITY THIS ENDORSEM1ENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following Is added lo SECTION II -WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to include as an addltlonal Insured on this Cowrage Part is an Insured, but only: a. With respect to liability for "bodily injury" or "property damage" tt'!at occurs, or for •personal injury" caused by an offense that Is comnutted, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that. such injury or damage Is caused by acts or omissions of you or your subcontractor in the performance of "your wort" to which the written contract or agreement applies. Such person or organization d:oes not qualify as an additional insured with respect to the independent acts or omssions of such person or organization. The insurance provided to such additional insured is subject to the fonowing provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contrad or agreement. the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability cowrage required for the additional insured by that wntten contract or agreement. This provision will not increase the limits of insurance described In Section Ill -Umits Of Insurance. b. The insurance provided to such additional insured does not aR)ly to: (1) Any •bodily injury•, "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or tamng to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving. or falling to prepare or approve, drawings and speclfications;and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury" or •property damage• caused by •your wor1c.• and included in the "products-complet~ operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the poUcy period. c. The addltional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an •occunence" or an offense which may result In a claim. To the extent possible, such notice should include: (a) How, when and where the •occurrence" or offense tOOk place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the ·occurrence" or offense. (2) If a claim is made or "suir' is brought against the addltlonal insured: · CG 02410419 o 2018 The Travetera. Indemnity company. All r1(1hta 19118tvect Page 1 of 2 70719120 I 2-/23 GL/BA/UNB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 1,24 ,26 l'M [PDT) I Page 2 of l2 This certificate cancels and supersedes ALL previously issued certificates. COMMERCIAL GENERAL LIABlllTY (a) Immediately record the specifics of the clalm or •suit" and the date received; and (b) Notify us as soon as pradicable and see to it that we recelw written notice of the dalm or "suit" as soon as practicable. (3) Immediately send us copies of all legal papers received In connection with the claim or ·suit'', cooperate with us in the investigation or settlement of the claim or defense against the •suit'', and otherwise comply witll all policy conditions. (4) Tender the defense and indermlty of any claim or "suit" to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance pro"ded to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured! as described in Paragraph 4., Other Insurance, of Section IV -Commercial General Liability Conditions. Page 2 of 2 O 2018 The Trawlere lndtmnlly Company. All rights reterved. CGD2480419 10?19120 I 22/23 GL/BA/OMB/WC/Poll Renewal I Lauren Bieanan I 10/6/2022 1,24 ,26 PM (PDT) I Page 3 of 12 Thie certificate cancels and supersedes ALL previously issued certificates. DT22-CO-6S124780-TCT-22 Superior Pavement Markings, Inc. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PlEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement moclfies insurance provided under the following: COMPtERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any Injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this CoY8f'8Qe Part, and these coverage broadening provisions do not apply to the e,ctent that coverage is excluded or United by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your poftcy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured -Unnamed Subsidiaries B. Blanket Additional Insured -Governmental Entitles -Permits Or Authortzations Relating To Operations PROVISIONS A. WHO IS AN INSURED -UNNAMED SUBSIDIARIES The following Is added to SECTION II -WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limied llabilty company, that is not shown as a Named Insured in the Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership Interest of more than 50% in, such subsidiary on the first day of the policy per1od; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred. ,or "personal and advertising lnjll'y" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% In such subsidiary. For purposes of Paragraph 1. of Section 11-Wtlo Is An Insured, each suet! subsidiary will be aeemed to be designated in tne Declarations as: C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. contractual Liability -Railroads F. Damage To Premises Rented To You a. An organization other than a partnership, jOlnt 1Jenture or limited liabllly company; or b. A trust; as indicated in its name or the documents that govern its structure. B. BLANKET ADDITIONAL INSURED GOVERNMENTAL ENTITIES -PERMITS OR AUTHORIZATIONS RELATING TO OPERATIONS The folowlng is actled to SECTION II -WHO IS AN INSURED: Any governmental ently that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an addlional insured on this Coverage Part Is .an Insured, but only with respect to liablltty for "bodily injury", •property damage• or "personal and advertising Injury" arising out of such operations. The insurance provided to such go\/emmental entity does not apply to: a. Any "bod My injury", "property damage• or "personal and advertising injury" arising out of operations performed for the governmental entity; or b. Any "bodily injJry" or •property damage" inciuded in the "products-completed operations hazard•. CG 03160219 O 2017 The Travelere Indemnity Company. Al ngta •erved. Page 1 of 3 lncludn copyrighted mllertel of lnaurance Services Office. Inc:., with b permllllon. ?0119120 I 22/23 GL/BA./UMB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 1,24,26 PH {PDT) I Page 4 of 12 This certificate cancels and supersedes ALL previously issued certificates . COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of •occurrence• in the DEFINITIONS Section: b. An act or omission committed in providing or faiDng to provide •1oodental medical services", first aid or "Good Samaritan services" to a person, unless you are In the business or oca.ipation of providirYJ professional health care services. 2. The tollowlng replaces the last paragraph of Paragraph 2.a.(1) of SECTION II -WHO IS AN INSURED: Unless you are In the business or occupation of providing professional health care services, ParagraphS (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or falling to provide: (a) "Incidental medical services" by any of your "employees• who is a nurse, nurse asslSlant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan sel'\flces" by any o,f your "employees" or "volunteer wortters", other than an employed or volunteer doctor. Any such "employees" or "volunteer worters• providing or failing to provide first aid or "Good Samaritan services" during their work hours for you wta be deemed to be acting within the scope of their employment by you or performing duties related to the conctucl of your business. 3. The following replaces the last sentence of Paragraph S. of SECTION Ill -LIMITS OF INSURANCE: For the purposes of determining the applicable Eam Occurrence Umit, all related ads or omissions committed in providing or failing to provide "incidental medical services•, first aid or "Good Samaritan services" to any one person will be deemed to be one •occurrence". 4. The following exclusion is added to Paragraph z., Exclusions, of SECTION I - COVERAGES -COVERAGE A -BODILY INJURY ANO PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or •property damage" arising out of the violation of a penal statute or ordinance relating to the sale of pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 8. The following is added to Paragrapn 4.b., Excess Insurance, of SECTION IV - COMMERCIAL GENERAL LIABI.ITY CONDITIONS: This Insurance Is excess over any valid and collectible other Insurance, whetner primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that artses out of providing or falling to provide "Incidental medical services• to any person to the extent not subject to Paragraph 2.a.(1) of Section II -Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph a., Transfer Of Rights or RKovery Against others To Us, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury• or "property damage" that occurs; or b. "Personal and advertising in~ry" caused by an offense that is committed; subsequent to the execution of the contract or agreement. E. CONTRACTUAL LIABILITY -RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract• in the DEFINITIONS Section: c. Any easement or license agreement; Page 2 of 3 o 2017 lhe Travele19 Indemnity Company. All r1gta ,-.rwo. CG 03 16 02 19 lra:kldes copyrighted melertel of Insurance Sel'lllcee Office, Inc •• with n. permlllaion. 70719120 I 22/23 GL/BA/UMB/WC/Poll Reneval I Lauren Bierman I 10/6/.!022 l: 24 :26 PH (PDT) I Page S of 12 Thia certificate cancels and supersedes ALL previously issued certificates. CG D3110219 o 2017 The Travelera Indemnity Company. All rlgln 1'8MM1d. Includes ~tnd materiel of lnsunince SelVlceS Oftlce, Inc., wlltl Ila pennlalon. 10719120 I 22/23 GL/BA/t!NB/WC/Poll Rene~al I Lauren Bi@rl1\At\ I 10/6/2022 l ,24,:l6 PM IPDT) I Page 6 of 12 This certificate cancels and supersedes ALL previously ieeued certificates. Page 3of 3 2. Paragraph f.(1) of the definition .of "insured contract" in the DEFINmONS Section Is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The foDowlng replaces the definition of •premises damage• In tl'le DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL GENERAL LIABILITY a. Any premises while rented to you or temporarfly occupied by you with permission ,of the owner; or b. The contents of any premises while such premises is rented to you, If you rent such premises for a period of seven or fewer consecutive days. POLICY NUMBER: DT22-CO-6S 124 780-TCT-22 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 9/18/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECTa FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE PBODILY INJURY" OR uPROPERTV DAMAGE" OCCURS. A. For all sums which the Insured becomes legally obligated to pay as damages caused by •occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attrtbuted only to operations at a single desig- nated "project• shown In the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit Is equal to the amount of the General Aggregate Limit shown In the Declarations. unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily Injury" or "prop- erty damage" lnduded In the •products- compteted operations hazarcr, and for medi- cal expenses under COVERAGE c, regard- less of the number of: a. Insureds; b, Claims made or "suits" brought; or c. Persons or organizations making claims or bringing •suits". Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated •project•. Such payments shall not reduce the General Aggregate Umit shown In the Declarations nor shall they re- duce any other Designated Project General Aggregate Umlt for any other designated "project• shown In the Schedule above. 4. The limits shown In the Declarations for Each Occummce, Damage To Premises Rented To You and Medical Expense continue to apply. However, Instead or being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Umll B. For all sums which the Insured becomes legally obligated to pay as damages caused by •occur- rences" under COVERAGE A. (SECTION I), and for au medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project'' shown In the Schedule above; CG 0211 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of2 70719120 I 22/23 GL/BA/UMB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 1,24,26 PM (PDT) I Page 7 of 12 This certificate cancels and supersedes ALL previously i ssued certificates. COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever Is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Umil. C. Part 2. of SECTION Ill -LIMITS OF INSURANCE Is deleted and replaced by the following: 2. The General Aggregate Limit Is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrencesu under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations al a single designated "project" shown In the SCHEDULE above. D. When coverage for liability· arising out of the "products-completed operations hazard" Is pro- vlded, any payments for damages because of "bodily Injury" or "property damage• Included in the "products-completed operations hazarcr will reduce the Products-Completed OperaUons Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes or this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of Insurance, each "project" that Includes premises involving the same or connecting lots, or premises whose con- nection is intenupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION Ill -LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG 02110104 70719120 I 22/23 GL/BA/UMB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 1,24,26 PM (PDT) I Page 8 of 12 Thie certificate cancels and supersedes ALL previously issued certificates. Superior Pavement Markings, Inc. POLICY NUMBER: 810-6S 126005-22-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The folowlng Is added to Paragraph c. In A.1., Who Is An lnsu19d, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: This lndudes any person or organization who you are required under a written contract or agreement, that Is signed by you before the •badly Injury" or •property damage• occurs and that Is In effect during the policy period, to name as an additional Insured for Cowred Autos LlablDty Coverage, but only for damages to which this Insurance applies and only to the extent of that person's or organization's liability for the condud of another "Insured•. 2. The following Is added to Paragraph B.5., Other Insurance of SECTION rv -BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance. this Insurance Is primary to and non-contributory with applicable other Insurance under which an addltlonal Insured person or organization Is a named Insured when a written contract or agreement with you, that ls signed by you before the •boduy Injury' or "property damage• occurs and that Is In effect during the policy period, requires this Insurance to be primary and non- contributory. CAT4N0216 6 2018 The Travelera lndamnlly Company. AD rtghla 191ervad. Page 1 of 1 lncludea co~ed matertal of Insurance Services Office, Inc. with illl pennllllon. 70719120 I 22/23 GL/BA/UMJl/WC/Poll Renewal I Lauren Biennan I 10/6/2022 l, 24, 26 PM (PDT) I Page 9 of 12 This certificate cancels and supersedes ALL previously issued certificates. POLICY NUMBER: COMMERCIAL AUTO CA20011013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ rr CAFEFULLY. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE This endorsement modHies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Superior Pavement Markings, Inc. Endorsement Efflcllve DatB: 9/18/2022 SCHEDULE Insurance Company: Travelers Property Casualty Co of Amer Polley Nurnber:810-6$126005-22-26-G I Effecllva Date: 9/18/2022 Expfratlon DatB: 9/18/2023 Named Insured: Superior Pavement Markings, Inc. Address: 5312 Cypress St. Cypress CA 90630 Additional Insured (Leuor): Address: Dellgnatlon Or Description Of "Lea9ed Auto1•: CA 20011013 C Insurance Services Office, Inc., 2011 70719120 I 22/23 GL/BA/OMB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 1,24 ,26 PM !POT) I Page 10 of 12 This certificate cancels and supersedes ALL previously issued certificates. Page 1 of 2 Co Limit Of Insurance Covered Autos L•hffllv Each "Accident" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Comprehensive Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Colllslon Deductible For Each Covered "Leased Auto" Specffled Actual cash Value Or Cost Of Repair Whichever Is Less, Minus Causes Of Loss Deductible For Each Covered "Leased Auto· Information retiuired to comDlete this Schedule if not shown above will be shown In the Declarations. A. Coverage 1. Any "leased auto" designated or described In the Schedule will be considered a covered "auto" you own and not a covered "auto· you hire or borrow. 2. For a ·ieased auto· designated or described In the Schedule, the Who Is An Insured provision under Coven,d Autos Llabllty Coverage is changed to Include as an •insured" the lessor named In the Schedule. However, the lessor Is an "Insured" only for "bodily Injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto· described In the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clauae 1. We will pay, as Interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the Interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we rrake any payment to the lessor, we wlll obtain his or her rights against any other party. C. Cancellation . ____ . ... -·· -·· ... 1. If we cancel the policy, we will mall notioe to the lessor in accordance with the Cancellation Common Polley Condition. 2. If you cancel the poUcy, we will mall notice to the lessor. 3. Canoellation ends this agreement. D. The lesSOf is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto· means an "auto" teased or rented to you, Including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insuranoe for the lessor. Page2of2 C Insurance Services Office, Inc., 2011 CA20011013 70719120 I 22/23 GL/BA/UMB/WC/Poll Renewal I Lauren Bierman I 10/6/2022 l,24,26 PM (PDT) I Page ll of 12 This certificate cancels and supersedes ALL previously issued certificates. . WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410 C (Ed. 01-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be calculated by applying a factor of 2% to the total manual premium, with a minimum initial charge of $350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Blanket Waiver Person/Organization Job Description All CA Operations Schedule Blanket Waiver -Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Waiver Premium (prior to adjustments) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/2022 Policy No.: SUWC352595 Endorsement No.: Insured: Superior Pavement Markings, Inc. Insurance Company: Redwood Fire and Casualty Ins Co WC 99 0410 C (Ed. 01-19) Premium$ ~~_,/~ Countersigned by _______________ _ 70719120 I 22/23 GL/BA/UHB{WC/Poll Renewal I Lauren Bierman I 10/6/2022 1, 24 , 26 PM (PDT) I Page 12 of 12 This certificate cance sand supersedes ALL previously issued certificates. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. N/A party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Su eri s Inc. 1 (sign here) Darren Veltz, Chief Financial Officer (print name/title) Page __ of __ pages of this Re Debarment form {'\ w.,-Revised 5/10/16 Contract No. 9599 Page 21 of 121 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 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 1 O years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? x yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? x yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. N/A (If needed attach additional sheets to provide full disclosure.) Page __ of __ pages of this Disclosure of Discipline form ~ \.J Revised 5/10/16 Contract No. 9599 Page 22 of 121 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD {CONTINUED) (To Accompany Proposal) GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 1) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. NIA (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Superior Pavement Markings Inc. By :1:5:0~ (sign here) Darren Veltz, Chief Financial Officer (print name/title) Page __ of __ pages of this Disclosure of Discipline form 0 Revised 5/10/16 Contract No. 9599 Page 23 of 121 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 The undersigned declares: I am thechief Financial Officer of su~rior Pavement , the party making the foregoing bid. Ma ings Inc. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ~ero\aw L\ , 20 l. 2--at Ontario [city], California [state]. D-0- Signature of Bidder Darren Veltz, Chief Financial Officer ~ Q Revised 5/10/16 Contract No. 9599 Page 24 of 121 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the cioc11ment to which this certificilte is ilttJ1checi. ilnci not the tmthfolness. i1cc11mcv. or villiciitv ofthAt cioc11ment. State of California County of --~S.,:an~B::.:e"'m=ar~d~in=o~-- On _--=-N-'--"o'""'"v-=-em=b=er"----4-'-','-=2"-'0=2=2 ____ before me, Rebecca Parra, Notary Public Date Here Insert name and Hie of the Off,cer personally appeared Place Notary Seal Above Darren Veltz Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/herJlheir authorized capacity(ie&), and that by his/her/their signature(&) on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. ----------OPTIONAL----------------- Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document _N"-=o:.c;n,__--==C'-"o"-'ll:..:us=io"-"n.:....D~e:.::c.celar=at==-i=-on:.,_ __________ _ Document Date: __ ___,N'---'--"'o..,_ve,,,,m=b'-"'er.____,_4'-', 2=-0,c,2,,,.,2:,,__ ____ Number of Pages: 1 Signer(&) Other Than Named Above: None Capacity(ie&) Claimed by Signer(&) Signer's Name: -----=D=a"-'rr'""'e"--n,_V=--e=l=tz~----- o Individual X Corporate Officer -Title(&): Chief Financial Officer o Partner o o Limited o General I ! 1 'HI ;,11 IF IN! □ Attorney in Fact OF Slf;NFR □ Trustee Top of thumb here □Other: ________ _ Signer is Representing: Su erior Pavement Markin s Inc Signer's Name: ___________ _ o Individual o Corporate Officer -Title(s): ______ _ □ Partner D □ Limited o General □ Attorney in Fact □ Trustee □ Other: _______ _ Signer is Representing: tJI )1 1 '•t If '• I 1, ~' OF ~IGNFR Top of thumb here CONTRACT PUBLIC WORKS This agreement is made this / L/th day of Q_p Q9JY)k;},q£ , 2022, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Superior Pavement Markings Inc., whose principal place of business is 5312 Cypress Street, Cypress, California 90630 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 (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 Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 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 may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been fu rnished to Contractor by City about ft ~, Revised 5/10/16 Contract No. ~ Page 25 of 121 Revised 5/10/16 Contract No. 9599 Page 26 of 121 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 inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. 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 accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 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 0 Revised 5/10/16 Contract No. 9599 Page 27 of 121 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. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 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 under this agreement with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be 0 Revised 5/10/16 Contract No. 9599 Page 28 of 121 evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 0 .. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (0) 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 Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. ~ I have read and understand all provisions of Section 11 above. ~nit ~ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records . . ~ ~, Revised 5/10/16 Contract No. 9599 Page 29 of 121 Revised 5/10/16 Contract No. 9599 Page 30 of 121 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 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 subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the 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 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. /// /// /// /// /// /// /// /// /// /// /// /// /// 0 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 (CORPORA TE SEAL) CONTRACTOR: (sign here) By:__,.~,.L--\,--~+r--::::,,,,o,=;__----- (s· n ere) 'Robe'2.+ ~CVC\C\ > VP {print name and title) a municipal corporation ·a FAVIOLA MEDINA City Clerk Services Manager 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: CINDIE K. McMAHON City Attorney By: ~ f(. ~ AseisteAt City Attorney 0 • ., Revised 5/10/16 Contract No. 9599 Page 31 of 121 Bond No.7437315 LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, has awarded to Superior Pavement Markings Inc., {hereinafter designated as the "Principal"), a Contract for: GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 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, Superior Pavement Markings Inc., as Principal, (hereinafter designated as the "Contractor''), and Old Republic Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of three hundred seventy- two thousand three hundred forty-three dollars ($372,343), said sum being an amount equal to: one hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or 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 . . , ~ Revised 5/10/16 Contract No. 9599 Page 32 of 121 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 -----'-'1 s=t ___ day of __ =D-=e=ce=m.:..:..::;b=e:...r _____ , 20...l.£_ Superior Pavement Markings, Inc. (SEAL) By ~=v<_ (Signature) Old Republic Surety Company (SEAL) By ~ 7{signature) wrrO(I lielft: CFd (Print Name & Yitle) Scott Salandi, Attorney-in-fact (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney . By: ~ /(_ ~ Ai&i&~aA• City Attorney {'\ •+;' Revised 5/10/16 Contract No. 9599 Page 33 of 121 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On 12/5/2022 before me, Taylor Suzanee Heeney, a Notary Public (insert name and title of the officer) personally appeared _D_a_r_r_e_n_V_e_ltz _____________________ _ who proved to me on the basis of satisfactory evidence to be the persor).(.8Y"whose nam~sl,are- subscribed to the within instrument and acknowledged to me that he~executed the same in his/per!JPetr authorized capacityjissr,'" and that by his(J:).er'1Uleir signatur~on the instrument the perso~or the entity upon behalf of which the perso~cted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange on /1,~ ? '111-'vk before me, Lauren Emily Bierman, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_Sa_l_a_nd_i ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name('5) is/a,e: subscribed to the within instrument and acknowledged to me that he/Pe~ executed the same in his/)utJrJ.t"eir authorized capacity(~. and that by his/k~eif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) **** * * ! OLD REPUBLIC SURETY COMPANY *••** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: Scott Salandi, David Jacobson of Irvine, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 16th day of March 2022 ~,,,,~~·";'~;;~"',,, ls~ .. ~ ,. ~\ f; / c;.Ofl'°41At• \ ~ % ~ '3' SEAL :~ \:_ ... ,_ /,,!! ,,,,,,,,,111~1\ll\\ll''''\ STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS OLD REPUBLIC SURETY COMPANY /4/U_ President on this 16th day of March 2022 , personally came before me, Alan Pavlic and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowtedged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's c-mission does not invalidate this instrument) I, the undersigned, assistant sea-etary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthennore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. ,,,,,,,~~""~;;;,", l~~~\; J. ;\ f:, ,oaf'<HtAr.-\ i % ~o SEAL :~ \! .... Jl ,,,.,,,,,,,,!.,,,\\,,,,,,"' 74 0043 ORSC 22262 (3-06) Signed and sealed at the City of Brookfield, WI this _,_/_,,,.Sc.:1-__ _ Patriot Risk & Ins Services LLC Bond No. 7437315 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, State of California, has awarded to Superior Pavement Markings Inc., (hereinafter designated as the "Principal"), a Contract for: GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 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, Superior Pavement Markings Inc., as Principal, {hereinafter designated as the "Contractor"), and Old Republic Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of three hundred seventy- two thousand three hundred forty-three dollars ($372,343), said sum being an amount equal to: one hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the 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. l' •~ Revised 5/10/16 Contract No. 9599 Page 34 of 121 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 __ 1.u,S'-l.t ___ day of ___ -=D'-"'e""'ce...,m.._...,.,be ... r..__ ___ , 20...2.2._ Superior Pavement Markings, Inc. (SEAL) (Principal) By u ;/4_ (Signature) Thrun Vd-/e cm (Print Name)& Title) Old Republic Surety Company (SEAL) (Surety) By ~ ~ Scott Salandi, Attorney-in-fact (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: tt&Ulu., It. ~ Aesistent City Attorney l'\ 9tf Revised 5/10/16 Contract No. 9599 Page 35 of 121 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On ~b,.e.-, /, ?"Q1/'l .... before me, Lauren Emily Bierman, Notary Public , (insert name and title of the officer) personally appeared _S_c_o_tt_Sa_l_a_n_d_i ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a,e: subscribed to the within instrument and acknowledged to me that he/mtt~ executed the same in his/ti111:.tt)utlf authorized capacity(iesl), and that by his/tillWtkllf signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature d~ ~~~ (Seal) · G.u1ke~ ~1Lv:ie;PMN( COMM. # 2271982 ::0 NOTARY PUBLIC-CALIFORNIA~ ORANGE COUNTY N J~M':12-~~~0B_ l ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On 12/5/2022 before me, Taylor Suzanee Heeney, a Notary Public (insert name and title of the officer) personally appeared _D_ar_r_e_n_V_e_ltz _____________________ _ who proved to me on the basis of satisfactory evidence to be the perso~hose nam~s/~ subscribed to the within instrument and acknowledged to me that het,sRe1fbey' executed the same in his/J)e11{J:)eirauthorized capacit~ and that by hislberflfieirstgnature(&ron the instrument the personJsr,or the entity upon behalf of which the perso~ed, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. i············ ' ... ~ TAYLOR SUZAHEE HEENEY l ~ ; ; Notary Public • California I t . • San ~r~araino C011nty I • Commission t 2385707 - My Comm. ExpirM Oec a, 2025 (Seal) **** * * ! OLD REPUBLIC SURETY COMPANY ***** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock Insurance corporation, does make, constitute and appoint: Scott Salandl, David Jacobson of Irvine, CA Its true and lawful Attomey(s}-ln-Fact. with full power and authority for and on behalf of the company as surety, to execute and deliver end affix the seal of the company thereto (If a seal is required), bonds, undertakings, recognizances or other Wlitten obligations In the nature thereof, (otMr than ball botwn, bank ~ botwn, mortf111f19 deficiency botwn, ~ guaranty botwn, (111.,.n,._ of Installment paper and note guaranty boncn, •elf-ln•unnce wo,t.,.. compenutlon bonm gu•rantNlng payment of bMellts, or black lung boll"-), as follows: ALL WRITTEN INSTRUMENTS and to blnd OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-ln-Fact. pursuant to these presents, are ratified and confirmed. This appointment Is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney Is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the presldent, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint llltorney&-ln-fact or agents with authority as defined or limited In the Instrument evidencing the appointment In each case, for and on behalf of the company to execute and deliver and afflX the seal of the company to bonds, undertakings, recognizances, and suretyshlp obligations of all kinds; and said officefs may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyshlp obligation shall be valid and binding upon the Company (I) when signed by the president, any vice president or assistant vice president, and attested and sealed (If a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, end countersigned and sealed (If a seal be required) by a duly authorized attorney-in-fact or agent; or (Ill) when duly executed and sealed (If a seal be required) by one or more llltorneys-ln-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney Issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyshlp obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by Its proper officer, and Its corporate seal to be affixed this 16th day of March , 2022 STATE OF WISCONSIN, COUNTY OF WAUKESHA -SS \11;1\!111lf111,,,,.;,. ♦••'~~ Ml1t1,-;'\,, $"';,., (\~ f ,: / ,o-f'OAAr1 \ 0 \ f " SEAL H : '3 . *. \ .. o '"' I ~<t#'l ,;,'1111, • ..,,,+''>; •1111111i,1111\\II OLD REPUBLIC SURETY COMPANY /41:4 Prelldent On this 16th day of March 2022 , personally came before me, Alan Paytjc and Karen J Haffner , to me known to be the Individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above Instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above Instrument Is the seal of the corporatlon, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instnnnent by the authority of the board of directors of said corporation. My Commission Expires: September 28, 2022 CERTIFICATE (bplmlN el....,., -ltllN .... ._...,_ •1t lllm•wt) I, the undersigned, assistant NCretary of the OLD REPUBLIC SURETY COMPANY, a WISCOllllin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth In the Power of Attorney, are now In force. ,,,,."'''"''"'''« 740043 ORSC 22282 (~) ~••:$ fU1t1,-J'•,,., $'.:, C":\ ;; ..--.. .. 1~\ ~'3 SEAL :~ \o ,,., /:i~ \, .... ~· '"1r,,,,i,,~,,u.,1"'-''' Patriot Risk & Ins Services LLC Revised 5/10/16 Contract No. 9599 Page 36 of 121 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 Superior Pavement Markings Inc., whose address is 5312 Cypress Street, Cypress, California 90630 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 follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 9599 in the amount of $372,343 dated _________________ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 0 Revised 5/10/16 Contract No. 9599 Page 37 of 121 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 5/10/16 Contract No. 9599 Page 38 of 121 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. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/15/17 Contract No. 9599 Page 39 of 121 GENERAL PROVISIONS FOR GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONTRACT NO. 95991 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required” and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 6/15/17 Contract No. 9599 Page 40 of 121 Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. City Council – the City Council of the City of Carlsbad. City Manager – the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract – A Contract financed by means other than special assessments. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 6/15/17 Contract No. 9599 Page 41 of 121 Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection – The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile – Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. 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. Revised 6/15/17 Contract No. 9599 Page 42 of 121 Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – The Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. 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. Revised 6/15/17 Contract No. 9599 Page 43 of 121 Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 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. 1-3.2 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 Revised 6/15/17 Contract No. 9599 Page 44 of 121 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 B/W ........................................................... 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 CIP ......................................................... 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 D .............................................................. 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 DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... 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 F .................................................................. 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 G ........................................................................... 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 H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection Revised 6/15/17 Contract No. 9599 Page 45 of 121 INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ 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 MAINT ..................................................... 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 .............................. Nonreinforced 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 Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... 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 S .................................... 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 HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve Revised 6/15/17 Contract No. 9599 Page 46 of 121 VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 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. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 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 (m) 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) Revised 6/15/17 Contract No. 9599 Page 47 of 121 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 (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) TEMPERATURE UNITS AND ABBREVIATIONS Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °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 (lm) 1 second (s) COMMON METRIC PREFIXES kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  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 Revised 6/15/17 Contract No. 9599 Page 48 of 121 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder 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), whichever 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 Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 6/15/17 Contract No. 9599 Page 49 of 121 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 proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 6/15/17 Contract No. 9599 Page 50 of 121 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1. An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The 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 designated "SSPWC", as amended. The construction plans consist of one (1) set. The first set is designated as City of Carlsbad Drawing No. 539-9 and consists of twenty sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. 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 Revised 6/15/17 Contract No. 9599 Page 51 of 121 Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract 5. Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6. Plans. 7. Standards plans. a. City of Carlsbad Standard Drawings. 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. 2-5.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation Revised 6/15/17 Contract No. 9599 Page 52 of 121 to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would 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 submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: __________________________________ Title: ______________________________ Date: ________________________________ Company Name: ______________________________________________________________ Revised 6/15/17 Contract No. 9599 Page 53 of 121 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 Number Title Subject 1 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 Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. Revised 6/15/17 Contract No. 9599 Page 54 of 121 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced Revised 6/15/17 Contract No. 9599 Page 55 of 121 by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements 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 (81/2” by 11”) paper. The field notes, calculations and supporting 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 documentation 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 monuments, 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 locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of Revised 6/15/17 Contract No. 9599 Page 56 of 121 construction 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 Requirements for Construction Staking Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  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 centerline 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 & Horizontal Fence RP + Marker Stake  200’ on tangents,  50’ on curves when R 1000’ & 25’ on curves when R 1000’ N/A ( constant offset) 0.1’ Horizontal Rough Grade Cuts or Fills  10 m (33’) RP + Marker Stake  50’ N/A 0.1’ Vertical & Horizontal Final Grade (includes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grading area  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’  22’ 3/8” Horizontal & 1/4” Vertical Asphalt Pavement 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 pavement, paving pass width, crown line & grade breaks 3/8” Horizontal & 1/4” Vertical Drainage Structures, Pipes & similar Facilities,  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 ¼, ½ & ¾ on curb returns & at beginning & end ( constant offset) 3/8” Horizontal & 1/4” Vertical Traffic Signal  Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller  RP + Marker Stake at each pole & controller location as appropriate 3/8” Horizontal & 1/4” Vertical Junction Box  RP + Marker Stake at each junction box location as appropriate 3/8” Horizontal & 1/4” Vertical Revised 6/15/17 Contract No. 9599 Page 57 of 121 Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Conduit  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 existing pavement 1/4” Vertical Minor Structure  RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression  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 & Horizontal Wall  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  Footings, Bents, Abutments & 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 Superstructures 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  Contour Grading  RP + Marker Stake  50’ along contour line 0.1’ Vertical & Horizontal Utilities ,  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 & 1/4” Vertical Channels, Dikes & Ditches  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  RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1’ Vertical & Horizontal Subsurface Drains  RP + Marker Stake intervisible &  50’, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Overside Drains  RP + Marker Stake longitudinal location At beginning & end 0.1’ Horizontal & 1/4” Vertical Markers  RP + Marker Stake for asphalt street surfacing  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’. At marker location(s) 1/4” Horizontal Railings & Barriers  RP + Marker Stake At beginning & end and  50’ on tangents & curves when R  1000’ &  25’ on curves when R  1000’ at railing & barrier location(s) 3/8” Horizontal & Vertical AC Dikes  RP + Marker Stake At beginning & end as appropriate 0.1’ Horizontal & Vertical 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 Markers RP 200’ on tangents, 50’ on curves when R  1000’ & 25’ on curves when R  1000’. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 1/4” Horizontal  Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature Revised 6/15/17 Contract No. 9599 Page 58 of 121  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  Perpendicular to centerline.  Some features are not necessarily parallel to centerline but are referenced thereto  Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature.   means greater than, or equal to, the number following the symbol.  means less than, or equal to, the number following the symbol.  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 Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, alignments, etc. White/Red Vertical Control Bench marks White/Orang e Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final 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 compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. Revised 6/15/17 Contract No. 9599 Page 59 of 121 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors’ performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 6/15/17 Contract No. 9599 Page 60 of 121 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 interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract No. 9599 Page 61 of 121 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. Revised 6/15/17 Contract No. 9599 Page 62 of 121 (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by 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 incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. Revised 6/15/17 Contract No. 9599 Page 63 of 121 (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..…. 20 2. Materials …………………………. 15 3. Equipment Rental ………………. 15 4. Other Items and Expenditures … 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 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 subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. Revised 6/15/17 Contract No. 9599 Page 64 of 121 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” Revised 6/15/17 Contract No. 9599 Page 65 of 121 By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 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 resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: Revised 6/15/17 Contract No. 9599 Page 66 of 121 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 Section 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 University, 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, political 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 department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction 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. Revised 6/15/17 Contract No. 9599 Page 67 of 121 (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 governing 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 dispute. 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 settlement 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 private 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 entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may Revised 6/15/17 Contract No. 9599 Page 68 of 121 request 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 presented 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 contractual 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. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. Revised 6/15/17 Contract No. 9599 Page 69 of 121 (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 greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (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. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a Revised 6/15/17 Contract No. 9599 Page 70 of 121 disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (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 undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract No. 9599 Page 71 of 121 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Revised 6/15/17 Contract No. 9599 Page 72 of 121 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after Revised 6/15/17 Contract No. 9599 Page 73 of 121 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Revised 6/15/17 Contract No. 9599 Page 74 of 121 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the Revised 6/15/17 Contract No. 9599 Page 75 of 121 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 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 Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 6/15/17 Contract No. 9599 Page 76 of 121 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Revised 6/15/17 Contract No. 9599 Page 77 of 121 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 202106 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional Revised 6/15/17 Contract No. 9599 Page 78 of 121 compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 6/15/17 Contract No. 9599 Page 79 of 121 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 7 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 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 Revised 6/15/17 Contract No. 9599 Page 80 of 121 Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor 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 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 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 Revised 6/15/17 Contract No. 9599 Page 81 of 121 Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and 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 during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Revised 6/15/17 Contract No. 9599 Page 82 of 121 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 resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule Revised 6/15/17 Contract No. 9599 Page 83 of 121 will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly. Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall Revised 6/15/17 Contract No. 9599 Page 84 of 121 comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 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. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. Revised 6/15/17 Contract No. 9599 Page 85 of 121 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. Revised 6/15/17 Contract No. 9599 Page 86 of 121 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 Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 30 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 association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 3:300 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 outside 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. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the 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. Revised 6/15/17 Contract No. 9599 Page 87 of 121 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 one thousand five hundred Dollars ($1,500).Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that one thousand five hundred Dollars ($1500.00 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 operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the 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. Revised 6/15/17 Contract No. 9599 Page 88 of 121 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Revised 6/15/17 Contract No. 9599 Page 89 of 121 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. 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. 9599 Page 90 of 121 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. Revised 6/15/17 Contract No. 9599 Page 91 of 121 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, amended by 2010-0014-DWQ and 2012-0006-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR’s for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic 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. Revised 6/15/17 Contract No. 9599 Page 92 of 121 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. 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. Revised 6/15/17 Contract No. 9599 Page 93 of 121 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 completed, 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 company, 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 parking 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 vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A”. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. Revised 6/15/17 Contract No. 9599 Page 94 of 121 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 compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 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 Contractor shall furnish and install signs and warning devices and promptly remove them upon completion 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 ............................................................................ 442-339-2780 2. Carlsbad Fire Department Dispatch .......................................... 760-931-2197 3. Carlsbad Police Department Dispatch ...................................... 760-931-2197 4. Carlsbad Traffic Signals Maintenance ...................................... 442-339-2980 5. Carlsbad Traffic Signals Operations.......................................... 442-339-2736 6. North County Transit District ..................................................... 760-967-2828 7. Republic Services ..................................................................... 760-332-6464 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. Revised 6/15/17 Contract No. 9599 Page 95 of 121 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 1latest version, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. Revised 6/15/17 Contract No. 9599 Page 96 of 121 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall maintain a safe buffer distance from any traffic lane occupied by traffic. The Contractor’s equipment shall maintain a safe distance from any traffic or pedestrians. During the entire construction, all major arterial roadways shall have a minimum of (2) paved traffic lanes, not less than 12’ wide, shall be open for use by public traffic in each direction of travel unless approved by the Engineer. Other roadways shall have a minimum of (1) paved traffic lanes, not less than 12’ wide. 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 latest version MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD latest version MUTCD 200314 Revision 61, as amended for use in California published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When Revised 6/15/17 Contract No. 9599 Page 97 of 121 temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD latest version, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental Revised 6/15/17 Contract No. 9599 Page 98 of 121 to the work being performed and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: Revised 6/15/17 Contract No. 9599 Page 99 of 121 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR 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 infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Revised 6/15/17 Contract No. 9599 Page 100 of 121 Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 6/15/17 Contract No. 9599 Page 101 of 121 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. A facility for agency personnel is not required for work. Revised 6/15/17 Contract No. 9599 Page 102 of 121 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 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 accordance 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 Revised 6/15/17 Contract No. 9599 Page 103 of 121 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing 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 Revised 6/15/17 Contract No. 9599 Page 104 of 121 the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 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 remaining 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 liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of Revised 6/15/17 Contract No. 9599 Page 105 of 121 the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable 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 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 made at the stipulated lump-sum price bid therefore in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is Revised 6/15/17 Contract No. 9599 Page 106 of 121 sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Mobilization (Bid Item No. 1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed, or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all Bonds, Insurance Policies (including premiums and incidentals), and Permits. 2. Submittal of required construction schedule(s). 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHAS required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations, and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construction water supply. 8. Notification of residents and businesses. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations The deletion of work or the addition of extra work as provided herein shall be reflected in Contract Change Orders and shall not affect the price paid for “Initial Mobilization.” Payment for "Mobilization" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made as follows: The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract items. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. Revised 6/15/17 Contract No. 9599 Page 107 of 121 The contract lump sum price paid for mobilization shall include full compensation for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. Traffic Control (Bid Item No. 2) Lump Sum The contract lump sum price shall constitute full compensation for all traffic control, traffic control plans, and public notification in accordance with the specifications and contract documents. This includes, but is not limited to, preparation and reproduction of traffic control plans, submitting and obtaining traffic control permit from the City of Carlsbad, implementing traffic control, signing, striping, flagging operations, arrow boards, resident notification letters, door hangers, and “NO PARKING” signs. Signing and Striping Improvements (Bid Item No. 3) Lump Sum The contract lump sum price paid for this bid item shall constitute fill compensation for the signing, striping, and pavement marking in accordance with Section 701 of Standard Specifications for Public Works Construction, the Plans, and contract documents. This includes, but is not limited to all labor, materials, equipment, and other incidentals required for removal, layout, placement, and no additional compensation will be allowed therefor. Revised 6/15/17 Contract No. 9599 Page 108 of 121 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS 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 serviceability 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. 206-7.1.2 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 plastic 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 manufacture 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 Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 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 Revised 6/15/17 Contract No. 9599 Page 109 of 121 Designation 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 coating 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. Non-overhead 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. Non- overhead traffic signs will be provided 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. Retrofit of existing overhead arrow-per-lane guide sign shall be per details and construction notes provided in the Plans. 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 portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary 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 serviceability 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 manufacture 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 Designation 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 aluminum shall be pretreated in accordance to ASTM Designation 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 Revised 6/15/17 Contract No. 9599 Page 110 of 121 coating 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. 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 tubing 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 perforated on all four faces with 11mm (7/16”) holes on 25 mm (1”) centers. Revised 6/15/17 Contract No. 9599 Page 111 of 121 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 exceed 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 mm Dimensions (inches) Outside Tolerance for mm All Sides at Corners (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 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside mm Dimension (Inches) Squar mm eness(1) (Inches) Twist Permissible mm(2) in 900 mm (3”) (Inches)(2) 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 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) 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 Revised 6/15/17 Contract No. 9599 Page 112 of 121 Add the following section: 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 controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20ºC (-4ºF) to +70ºC (158ºF) 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. Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre- programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City Revised 6/15/17 Contract No. 9599 Page 113 of 121 (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment / Surface Preparation Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance 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, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. Water borne paint shall be Ennis-Flint 985216 Green Standard Fast Dry Waterborne 1952 1/2 Traffic Paint, product color green (34115) or approved equal. If equals are submitted for approval, color swatches shall be submitted to City if requested. Revised 6/15/17 Contract No. 9599 Page 114 of 121 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 Markers Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, (877) 335-4638 Add the following section: 214-5.2 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 illumination 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 reflective 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. Revised 6/15/17 Contract No. 9599 Page 115 of 121 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8”) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (1/4”) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and Revised 6/15/17 Contract No. 9599 Page 116 of 121 markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 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 permanent 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 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Revised 6/15/17 Contract No. 9599 Page 117 of 121 Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310- 5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and Revised 6/15/17 Contract No. 9599 Page 118 of 121 on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 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. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary 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 Revised 6/15/17 Contract No. 9599 Page 119 of 121 substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Desig- nation: 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. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary 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 concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment 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 latest version) as amended by the MUTCD California Supplement shall also be installed at each end of railing installed adjacent 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 railing shall be restored to its previous condition or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite III” 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 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (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 approach 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 application 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 latest version) as amended by the MUTCD 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 Revised 6/15/17 Contract No. 9599 Page 120 of 121 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. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. Revised 6/15/17 Contract No. 9599 Page 121 of 121 APPENDIX “A” CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad’s ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: _XX / XX / XX______________ from 7:00A.M. to 5:00 P.M. If you don’t plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad’s Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. TRAFFICVICINITY MAP GREEN PAINT BIKE LANE ENHANCEMENT PROJECT CONSTRUCTION PLANS FOR CITY OF CARLSBAD CARLSBAD, CA CITY COUNCIL MATT HALL - MAYOR TERESA ACOSTA - COUNCIL MEMBER PRIYA BHAT-PATEL - COUNCIL MEMBER KEITH BLACKBURN - COUNCIL MEMBER PEDER NORBY - COUNCIL MEMBER SCOTT CHADWICK - CITY MANAGER PROJECT NO. 95991 10/28/22 E 0 " "' 0 - N N 0 N ro N ~ w -w ~ .c u CITY OF OCEANSIDE HIGHWAY PACIFIC OCEAN 7s BOBC,O.T BL. CITY OF ENCINITAS N.T.S. CITY OF VISTA CITY OF SAN t.tARCOS NOT TO SCALE LEGEND SHEET INDEX STANDARDS EXISTING CURB EXISTING GUTTER EXISTING SIDEWALK EXISTING RIGHT-OF-WAY EXISTING CENlERUNE EXISTING SlRIPING EXISTING SlRIPING TO BE REMOVED PROPOSED SlRIPING PROPOSED GREEN BIKE LANE ~ EXISTING SIGN ON POST 9 EXISTING SIGN ON POLE i EXISTING SIGN ON FENCE ~ EXISTING SOLAR RRFB ~ PROPOSED SIGN ON POST ~ PROPOSED SIGN ON POLE -EXISTING PEDESTRIAN BARRICADE EXISTING OVERHEAD ARROW-PER-LANE GUIDE SIGN PROPOSED SIGN ON EXISTING ARROW-PER-LANE GUIDE SIGN <,---,:_~ EXISTING SlREET LIGHT POLE T/Tl.ESHEET _________ SHEET1 DETAIL SHEET SHEET2 CARLSBAD Bl VD & SHEET 3 • STATEST • PfNEAVE • WALNUTAVE • CHESTNUT AVE STATEST& ---------SHEET3 • LAGUNADR CARLSBAD BLVD & --------SHEET 4 • ACACIAAVE • JUNIPER AVE • REDWOOD AVE • TAMARACKAVE • SEQUOIA AVE • 4600 CARLSBAD BL VD DWY RANCHO SANTA FE RD & ______ SHEET5 • LA COSTA MEADOWS DR • PASEO PLOMO RANCHO SANTA FE RD & SAN ELIJO RD ---SHEET 6 RANCHO SANTA FE RD & SHEET 7 • AVENIDA SOLEDAD • FIRE STATION 6 DWY RANCHO SANTA FE RD & CAMINO JUN/PERO_ SHEET 8 RANCHOSANTAFERD& ______ SHEET9 • PASEO LUPINO • VIA CAMPANILE RANCHO SANTA FE RD & LA COSTA AVE __ SHEET 10 LA COSTA AVE &LEVANTE ST SHEET10 RANCHO SANTA FE RD & SHEET 11 • CVSDWY • CAMINO DE LOS COCHES RANCHO SANTA FE RD & ------SHEET 12 • LOS COCHES VILLAGE DWY • CALLE BARCELONA RANCHO SANTA FE RD & ------SHEET 13 OLIVEN HAIN RD I CAMINO ALVARO POINSETTIA LN &A VEN/DA ENCINAS ____ SHEET 14 PALOMAR AIRPORT RD & PASEO DEL NORTE_ SHEET 15/16 COLLEGE BL VD & CANNON RD I BOBCAT BLVD_ SHEET 17 EL CAMINO REAL & FARADAY AVE ____ SHEET 18 POINSETTIA LN & CASSIA RD _____ SHEET 19 COLLEGE BLVD & TAMARACK AVE CARLSBAD VILLAGE DR & CELINDA DR I RISING GLEN WY HARDING ST & OAKAVE ______ SHEET20 TAMARACK AVE & JEFFERSON ST CHESTNUT AVE & MADISON ST "DECLARATION OF RESPONSIBLE CHARGE" Tf-E It.f'ROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT Tf-E TIME OF CONSTRUCTION, AS DIRECTED BY Tf-E TRANSPORTATION DIRECTOR. I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HA 11£ EXERCISED RESPONSIBLE CHARGE O\i£R THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT REL/Ell£ ME AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. 1. CARLSBAD GENERAL PROVISIONS, TECHNICAL SPECIFICATIONS, AND SUPPLEI.ENTAL PROVISIONS 2. CITY OF CARLSBAD STAl'llARD DRAWINGS 3. CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWINGS 4. CITY OF CARLSBAD MODIFICATIONS TO Tf-E SAN DIEGO AREA REGIONAL STAl'llARD DRAWINGS 5. SAN DIEGO AREA REGIONAL STANDARD DRAWINGS 6. TRAFFIC SIGNAL DESIGN GUIDELINES AND STANDARDS 7. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION STAl'llARD PLANS 8. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION STAl'llARD SPECIFICATIONS 9. CALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (CA t.AJTCD) 10. STOOARD SPECIFICATIONS FOR P\8..IC WORKS CONSTRUCTION AS At.ENDED 11. REFERENCE SPECIFICATIONS 12. MANUF ACT\JlER' S INST ALLA TI ON REca.tENDA Tl ONS FIRM: STC TRAFFIC ADDRESS: 5973 A\i£N/DA ENCINAS, #218 CITY, ST.: CARLSBAD, CA TELEPHONE: 760-602-4290 BY: _______________ DATE: ________ _ CHRISTIAN LAMBARTH R.C.E. N0.:_8_6_6_75 ___________ _ REGISTRA TIDN EXP/RATION DA TE: 3-31-2023 ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * .r~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 GENERAL NOTES 1. THIS PLAN SU'ERSEOCS ALL OTfER PLANS PREVIOUSLY APPROVED BY Tf-E CITY OF CARLSBAD REGARDING lt.f'ROVEIENTS SI-IJWN ON THIS SET OF PLANS. 2. APPROVAL OF THIS PLAN DOES NOT LESSEN OR WAIVE mf P<RTION OF Tf-E CARLSBAD LWICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY STANDARDS OR OTHER AOOITIONAL DOCUI.ENTS LISTED f-EREON AS THEY MAY PERTAIN TO THIS PROJECT. Tf-E El'-GINEER IN RESPONS!ll.E OlARGE SHALL REVISE THESE PLANS WIEN NON-COt..FORMANCE IS DISCOVERED. 3. NO WORK SHALL BE COt.t.el:ED UNTIL ALL PERhlITS HAVE BEEN OBTAINED FROM Tf-E CITY 00 OTHER APPROPRIATE AGEl'ICIES. 4. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT Tf-E WRITTEN APPROVAL OF Tf-E TRANSPORTATION DIRECTOR, NOTED WITHIN Tf-E REVISION BLOCK, ON Tf-E Af'l'Ru"RIATE SHEET OF Tf-E PLANS AND TITLE SHEET. 5. Tf-E ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS BY THE CONTRACTOR PRIOR TO FINAL ACCEPTANCE OF Tf-E WORK BY Tf-E CITY. 6. ACCESS FOR FIRE AND OTHER EhlERGENCY VEHICLES SHALL BE MAINTAINED TO Tf-E PRO.ECT SITE AT ALL TIMES DURING CONSTRUCTION. 7. Tf-E CONTRACTOR SHALL DESIGl'I, CONSTRUCT, AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SI-IRING, AND SHALL BE SOLELY RESPONSlll.E FOR COt..FDRMING TO ALL LOCAL, STATE AND FEDERAL SAFETY 00 f-EALTH STAl'llARDS, LAWS Al'll REGULATIONS. 8. IE ANY ARCHAITT MlGAL RESMCES ARE PISCQ\IERED WITHIN ANY WORK ZOI\E DURING CONSTRUCTION, CPERATI® WILL CEASE IWJUATELY. AND Tf-E PERMITTEE WILL NOTIFY Tf-E TRANSPORTATION DIRECTOR. OPERATIONS WILL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM Tf-E TRANSPORTATION DIRECTOR TO DO SO. 9. ALL OFF-SITE HAY-RQJTES SHALL I£ SUlMITTED BY It£ C(lljTRACTOO TO Tl£ CITY FOO APPROVAL TWO FLU, WORKING DAYS PRIOR TO 1£AT~ING OF WOOK. Tl£ CQNTRACJ<R SHALL ~ RESPlffiIBI E ElllLANY DEERIS QB. DAMAGE OCQJRRING ALONG Tt£ .. J:l&L BQJTE QB. ADJACFNT STREETS ~A.. RESY-J OF_Ilf GRAPING CPERATIQN. 10. t(I BLASTING SHALL BE rotfNCfP wrn-wr A CITY APPROVED BLASTING PROGRAM AND LASTING PEJl1U, 11. ALL NEW SIGNS INSTALLED SHALL BE VISlll.E. CONTRACTOR IS RESPONSlll.E FOR ANY TREE TRll,t.HNG NEEDED. STANDARD NOTES FOR SIGNING AND STRIPING PLANS 1. THE CONTRACTOR IS RESPONSlll.E FOR INSTALLATION OF ALL SIGl'IING AND STRIPING. 2. ALL SIGNING, STRIPING 00 PAVEi.ENT MARKINGS SHALL COt..FDRM TO Tf-E CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (LATEST VERSION), Tf-E CALTRANS STANDARD PLANS MD SPECIFICATIONS (LATEST VERSION), Tf-ESE PLANS AND Tf-E SPECIAL PROVISIONS. 3. ALL SIGNING AND STRIPING IS SUB-.ECT TO Tf-E APPROVAL OF Tf-E TRANSPORTATION DIRECTOR OR HIS REPRESENTATIVE, PRIOR TO INSTALLATION. 4. ANY DEVIATION FROM THESE PLANS SHALL BE APPROVED BY Tf-E TRANSPORTATION DIRECTOR OR HIS REPRESENTATIVE PRIOR TO mf CHANGE IN Tf-E FIELD. 5. ALL STRIPING SHALL BE REFLECTIVE PER CALTRANS SPECIFICATIONS. STRIPING SHALL BE REPAINTED lWO WEEKS AFTER INITIAL PAINTING. 6. ALL PERMANENT SIGNAGE SHALL BE REFLECTIVE PER ASTM DESIGNATION 04956 AND SHALL USE TYPE IV PRISMATIC REFLECTIVE SHEETING (HIGH INTENSITY PRISMATIC OR ECUAL) UNLESS OTf-ERWISE SPECIFIED. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" 00 STREET NAME SIGNS SHALL USE TYPE IX PRISMATIC CUBE-CORl£R REFLECTIVE Sf-EETING (DIAIDD GRADE VIP OR EQUAL). 7. EXACT LOCATION OF STRIPING 00 STOP LIMIT LINES SHALL BE APPROVED BY Tf-E TRANSPORTATION DIRECTOR OR HIS REPRESENTATIVE PRIOR TO INSTALLATION. 8. CONTRACTOR SHALL REhlOVE ALL COt..FLICTING PAINTED LINES, MARKINGS AND PAVEMENT LEGENDS BY GRINDING. CONTRACTOR SHALL CONTROL/MINIMIZE DAMAGE TO ROADWAY FROM GRINDING. GRINDING PROFILE IN EXCESS OF !° DEPTH SHALL BE REPAIRED BY CONTRACTOR BY METHOD OF GRIND MD OVERLAY AC A WINIMUM OF 2" FOR ALL AFFECTED AREAS. DEBRIS SHALL BE PROMPTLY REMOVED BY Tf-E CONTRACTOR. 9. ALL PAVEIENT LEGENDS SHALL BE Tf-E LATEST VERSION OF Tf-E CALTRANS STEl'ICILS. 10. LIMIT LINES AND CROSSWALKS SfW..L BE FIELD LOCATED. CROSSWALKS SHALL BE fUGH VISIBILITY "CONTINENTAL" STYLE AND SHALL HAVE 10' INSIDE DIMENSION UNLESS OTHERWISE SPECIFIED. 11. ALL CROSSWALKS, LIWIT LINES, STOP BARS, PAVEJ,ENT ARROWS AND PAVEi.ENT LEGENDS INCLUDING BIKE LANE LEGENDS Al'll ARROWS SHALL BE TfERMOPLASTIC UNLESS OTf-ERWISE SPECIFIED. PREFORMED THERL«:f'LASTIC ARROWS AND LEGENDS SHALL NOT BE ACCEPTABLE. 12. SIZE OF SIGNS SHALL BE BASED U'ON Tf-E REco.thlENDED SIGN SIZES FOUND IN Tf-E CALIFORNIA MAN.JAL ON UNIFORM TRAFFIC CONTROL DEVICES UNLESS OTHERWISE SPECIFIED. 13. SIGN POSTS SHALL BE SQJARE PERFORATED STEEL TUBING WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M-45. 14. WHEN A SIGN IS ATTACf-ED TO A POLE, IT SHALL BE MOUNTED USING A STANDARD CITY OF CARLSBAD APPROVED MOUNTING BRACKET WITH STRAPS. 15. EXISTING SIGJS REMOVED BY Tf-E CONTRACTOR SHALL BE DELIVERED BY THE CONTRACTOR TO Tf-E CITY OF CARLSBAD PLB..IC WORKS YARD AT 405 OAK AVENUE. 16. ALL SIGNS SHOWN ON Tf-ESE PLANS SHALL BE NEW SIGNS PROVIDED Al'll INSTALLED BY Tf-E CONTRACTOR EXCEPT THOSE SIGNS SPECIFICALLY SHOWN AS EXISTING TO BE RELOCATED OR TO REMAIN. 17. CONTRACTOR SHALL COORDINATE SIGN POST LOCATION WITH Tf-E TRANSPORTATION DIRECTOR OR HIS REPRESENTATIVE PRIOR TO INSTALLATION. 18. ALL SIGNS Al'll EQUIPMENT SHALL BE MOUNTED USING!" "BOO IT" STEEL FASTENER FOR INSTALLATION. 19. ALL NEW AND RELOCATED SIGJS SHALL BE CLEARLY V!Slll.E, NOT BLOCl<ED BY mf OBSTRUCTION. Tf-E CONTRACTOR IS RESPONS!ll.E TO TRIM OR REMOVE ANY VEGETATION BLOCKING Tf-E NEW Al'll RELOCATED SIGNS. I c;~1c I CITY OF Ci\RL:::,BAD SHEETS 21] TRANSPO~TATIO~ DEPARTMEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT --- /\PFROV[D ~2~ THCMA'.: FRANK 7 CITY El,Gll,EER RCE 49J70 EXP 9/30/24 c,qE rwm RY: GP PRCJcC I 1,10. 8R . .A WING NO. DATE ICJITIAL 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION JTHER .~PPRC'IAL CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. _____________________________________________________________________________________________________________________________________________________ ... TRAFFIC10/28/22 "' ~ "' >--' 0 I N 0 :d 0 I "' 0 0 0 ~ 0 / 0 0 (3 / "' C ·c rn rn C "' c5 I r---5-rn > +' D ~ C E D r---"' 0 - N N 0 N ro N ~ rn -rn 6" WHITE DETAIL 39 BI KE LAl\E Lil'E PER CA-MUTCD FIGURE 3A-112 (CA) 6" WHITE DETAIL 39 BIKE LANE LINE PER CA-t.llTCD FIGUE 3A-112 (CA) GUTTER FACE CF ClHl 8' GUTTER 8' GREEN TRAFFIC PA INT PER PLAN ~ (T'IPICAL) I ~ 6" WHITE DETAIL 39A BIKE LAl\E INTERSECT!a-1 Lil'E PER CA-WTCD F!GlRE 3A-112 (CA) DETAIL "A" LENGTH PER PLAN CONFLICT STRIPING ADJACENT TO CURB AND GUTTER NOT TO SCALE NOTES: 1. GREEN TRAFFIC PAINT PER SPEC. LENGTH PER PLAN 6" WHITE DETAIL 39A BIKE LAl'E INTERSECT!a-1 LINE PER CA-wTCD FIGI.RE 3A-112 (CA) DETAIL "B" GREEN TRAFFIC PAINT PER PLAN (TYPICAL) CONFLICT STRIPING SEPARATED FROM CURB AND GUTTER NOT TO SCALE NOTES: 1. GREEN TRAFFIC PAINT PER SPEC. LENGTH PER PLAN 12' GREEN TRAFFIC PAINT. ~:;;;,;,-;_-:,~---------i SHARED ROADWAY BICYCLE MARKING PER CALTRANS STANDARD PLAN A24C. DETAIL "C" . "' "' "GREENBACK SHARROW" PAVEMENT MARKINGS NOT TO SCALE NOTES: 1. PAVEMENT MARKINGS SHALL BE CENTERED IN TRAVEL LANE. 2. PAVEMENT MARKINGS SHALL BE SPACED AT 150' INTERVALS PER PLAN. 3. GREEN TRAFFIC PAINT PER SPEC. • a:, - @ --• • 0 --~ @ @ ONLY @ 29" 40" E 11-1 b ( MOD ) N.T.S. EXISTING ARROW-f'ER-LAl'E GUIDE SIGN Flower Fields EXISTING TRUSS I ___.-EXISTil'¥3 r MmW-PER-LAl'E GUIDE SIGN 6" 111-i!TE DETAIL 39A BIKE LAl\E INTERSECTION Lil'E PER CA-MUTCD FIGURE 3A-112 (CA) • "' . - PROPOSED E11-1b(MCD) 40" X 18" 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 ll/2 (4) PROPOSED 1/2" HOLES {TYP.) FRONT VIEW N.T.S. DETAIL "D" PROPOSED E11-1b(MOD) ON EXISTING ARROW-PER-LANE GUIDE SIGN NOT TO SCALE NOTES: 1. E11-1b(MOD) SHALL BE MOUNTED EQUIDISTANT FROM EXISTING ARROW AND EDGE OF SIGN. 2. E11-1b(MOD) SHALL HAVE CA-MUTCD COMPLIANT RETROREFLECTIVE SIGN SHEETING. 3. E11-1b(MOD) SHALL HAVE 10" TEXT HEIGHT. PROPOSED E11-1b(MOO) 40" X 18" ( 4) PROPOSED 1/2"X2" ALUMltut HEX HEAD BOLTS WITH LOCK NUTS AND LOCK WASHERS (TYP.) SIDE VIEW N.T.S. ~ CITY OF Ci\RLSBAD SHL_J(EJ}S t-----t--+----------------f-----+-----+----1 L___l_j ~_TR_-1,_JJ_S_PO_"_T_A_TI_O_~_D_E_P_A_RT_f,_IE_N_-_____ _ GREEN PAINT BIKE LANE ENHANCEMENT PROJECT Arre ROVED 1--~c--1~~+----------------l---------l-------+----I rwm RY: GP DATE ICJITIAL _o._,,T_E __ ICJ_ITl_,,L-+_D_t,_TE___,__IN_IT_l,,_L--1 Cl IKD DY: BS REVISION DESCRIPTION JTHER .~PPRCVAL CITY APPROV.~L R'✓WD BY: CL ~ 4 . ~ THOl,IA5 FR.~NK J RCE 49J70 EXP."/3C/24 C.~F PRCJlC I 1,10. 9'.)991 ~ .c u .2...._----------------------------------~~~~~~~~~~~~~~;;;;;;;;;;;~;;;;;;;;:;;;;~;;;;;;;~~~~~~~~~ TRAFFICPINE A V E CARLSBA D B L V D WALNUT AVE CARLSBAD BLVD CHESTNUT AVE CARLSBAD BLVD CAR L S B A D B L V D STATE ST C A R L S B A D B L V D LA G U N A D R C A R L S B A D H O M E P L A N T LI F T S T A T I O N 10/28/22 E 0 " "' 0 - N N 0 N ro N ~ w -w ~ .c u CONSTRUCTION NOTES :::(5') (11 ') 11 -- @ RD«lVE EXIST!i',13 COflICT!i',13 STRIPil'.l3. STRIPil',I, ON A.C. PAVEi.ENT SHALL BE REMOI/ED BY GRHOil'.l3. STRIPING ON P .C.C. SHALL BE REl,IJVED BY WAlER BLASTING. (D APPLY 6" WHITE BIKE LAI£ LUE PER CA--IIJTCD FIGURE JA-112 (CA), DETAIL 39. @ APPLY 6" WHITE BIKE LAI£ INTERSECTION Lit£ PER CA-IIJTCD FIGURE JA-112 (CA), DETAIL 39A. @ APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON Sl£ET 2. © APPLY WHITE ll-ERKPI..ASTIC "H:UETED BICYQIST SYl.llQ" WilH ARROW PER CA--IIJTCD FIGURE 9C-3 IH£U£TED BICYCLIST SYl8l.... @ APPLY WHITE ll-ERKPI..ASTIC SHARED LAI£ MARKING PER CA-t.lJTCD FIGURE 9C-9. @ FrnNISH ANl INSTALL NEW SIGN ON EXISTING STREET LIGHT POLE USING STAfOARD CITY OF CARLSBAD APPROVED MOlNfING BRACKET WITH STRAPS. BOTTOM OF LOWEST SIGN SHALL BE MINIIAJM 7' FROM FINISHED S\KACE. SHIFT EXISTING SIGNS AS tECESSARY. SIGNS PER PLAN. -R/W --- EXISTING SIGNS STOP R1-1 CARLSBAD VILIAGE STATE~ STREET ~ d) D1-5A(1) YOUR Gil VEHICLE SPEED FEEDBACK SIGN R1-2(LED) OCEANSIDE CARLSBAD AA VILLAGE~ d) D1-5A(2) ~ ~ "CUSTCJ.4 A" R1-5 OCEANSIDE A. STATE ~ (I> STREET D1-5A(3) ~ ~ "CUSTOM 8" SPEED LIMIT 25 R2-1(25) 010 BIKE ROUTE D11-1 I[] ~ "CUSTCJ.4 C" \ \ SPEED LIMIT 30 R2-1(30) CM1-3 ------- SPEED LIMIT 35 R2-1(35) W2-6 -------------EX. W11-2 W16-7P .... EX. W11-2 W16-7P .... EX. R1-2(LED) ........... "CUSTClA A• -......... .... d 21__ t:.::::::: R4-7 R6-4 .... ------------ EX. R1-2(LED) "CUSTClA A" EX. D1-5A(2) EX. RED ClJlB ---- EX. W2-6 W13-1P(15) EX. D11-1 SPEED FEEDBACK SIGN 116' -R/W-- EX. R1-1 EX. R2-1(30) (7.5') (24') \ -~(6.5') L I c1o·i c1o·i (10') (10') =::±=.-~--:5..;p;;-~----;(--::10:-;-'~) ~=J~•> EX. R4-7 §f ___ ";-(9.5') -0 _/ ----+_.iJ-__ (~10_'~)_5+-9- (11') iE!:11 !iil! (10') iE!:11 Iii! (10') _______ -1c~10~.5':..}.'l'-----=====z:::=:;;;::===z====:::;;;==<4.5'l_~7-- c1.5') • • -c1.5'l -------~~---------EX. "CUSTOM c•P -R/W ------R/W-. PROPOSED SIGNS ~ NO MAY USE PARKING II FULL LANE ANY TIME NO PED CROSSING R4-11 (30 X 30) USE CROSSWAIX cl> R7-9 R26A(CA) R49(CA) 15 ~~J-~ ~ 'f, g ~Q >i MPH .,. "" :i() * W11-2 W13-1P(15) W16-7P J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ DATE ICJITIAL 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 40 I Ji EX. W11-2 W16-7P EX. R1-1 EX. R7-9 C> C> C> C> C> f> (22') )'( ·~ Cc (22') II \ ~ 0,:: (27.5') (27.5') \ .... , __ _ ,)~QQQDQQQQQQ.\,, (7 .5' )---!!!I-.~ _--,.;n:-=...==.==,!F==..c==.a.='Pi/=..====:o:~_::::_1~_1(.6.5' [ !ii (11') il:I:!! (10') !!I (7.5') iii23 (10') -----._ -c-+:::::=~~o~· l~6:::3==-~;;;;:_~ =-=--=~-+ 3)-~1 (10') .ir-t 62 -~ ---lC---- (10') _(10') _iil!ll Iii (10') (10') iE!:11 Iii ----~-(4.5')-~----~-----------,-(VARIES)=-:z:.=== (7.5') • Iii -(7.5,__'),__ ____ -- 20 0 40 BO 120 ~ I I I SCALE: 1"=40' I s]c I CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT .. A.~P~OVFn ~:2~ T -,CMAS FRMJK ,, rile 49U/O cXP 9/.'.U/:!4 u Iv u,GIHccR U.I, c rwm RY: GP PRCJcC I 1,10. 8R,I, WING NO. 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD □Y: BS REVISION DESCRIPTION JTHER .~PPRCVAL CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ______________________________________________________________________________________________________________________________________________ .. TRAFFICJUNIPER AVE CARLSBAD BLVD CARLSBAD BLVD REDWOOD AVE TAMARACK AVE SEQUOIA AVE CARLSBAD BLVD 4600 CARLSBAD BLVD DWY TAMARACK STATE BEACH DWY ACACIA AVE CARLSBAD BLVD 10/28/22 E 0 " "' 0 - N N 0 N ro N ~ w -w 0 .c u (13') (13') EX. R1-1 w / l R 3' 4 -R W· ----.--r-- ------+---1-----~//GOO O O O O G\",, ~=-=-==-J,,'---=--'="""1=-=-1--=R/W~ _____ (,5')_____ l -.. -(5')_ ~ (10') (10') ~ (10') (10') (10') (10') ~ --+---l(rl10 ·+ _ ___,_ ( 10' ) ,,ir 69 ~ 70 @ I iiii! (10') (10') ----,,5•)'--------------c=-a~,----------------'.,7~•) 9EX. -.CUST-OM-C" - ~ lllill -Iii - ---- --R/W--R/W-- ---- CONSTRUCTION NOTES @ REMOVE EXISTING CON'LICTING SlRIPING. SlRIPING (},I A.C. PAVEt.ENT SHALL BE REl,()VEO BY GRINDING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. G) APPLY 6" WHITE BIKE LAI'£ LINE PER CA-MUTCD FIGlK 3A-112 (CA), DETAIL 39. @ APPLY 6" WHITE BIKE LAI'£ INTERSECTl(},I LINE PER CA-MUTCD FIGlK 3A-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" (},I SfEET 2. © APPLY WHITE THERMOPLASTIC "HEU.£TED BICYCLIST SYMn." WITH ARROW PER CA-MlJTCD FIGrnE 9C-3 B -HELIETED BICYCLIST SYIIJOL. @REAPPLY 6" WHITE DIAGONAL HATCHING AT 45 DEGREES AT 20' SPACING. EXISTING SIGNS SPEED STOP LIMIT 30 R1-1 R2-1(30) ® NO PEDESlRIAN CROSSIIG R9-3 R9-3o OM1-3 M6-1L SPEED LIMIT 35 R2-1 (35) USE~ CROSSWALK R9-3bP M6-1R 30 ZONE AHEAD R2-4(CA) TRUCK ROUTE R14-1 NEXT 2 MILES W7-3oP ~ - R3-2 NO PARKING ANY TIME R26(CA) W11-2 ® R3-4 NO PARKING ANY TIME R26A(CA) L] ~ "CUSTOM c• R3-18 NO PARKIN \Dl!l.fS m r 1111t IMR 1 IIIE m 2l' I.IIC R28D(CA) LIFEGUARD TOWER N0.35 "CUSTOM D" R4-7 lli,QJ PAAl(IIG 2:00 AM TO 5:00 AM R30(CA) "CUSTOM E" EX. R1-1 -R/W---- t If I (13') (13') m I ) 0 0 DO O O O 1~ ',__ ....;;::._ "--'-_-----+---+---R~/W_· ---~,~7 .~)--~-•--_,,/ 'ir!,==rr==nr==r.===n===.ii"n===n===r.===r-~-(7' ) _ (10') (10') (10') (10') c 10 • > 15 _2r.. 16 ----.:::::::: 1l _.---===r• c'.::'.:10::.·.!:.i: (10') ai!!li (10') (10') iillll (10') ----(7 5' )-----------~-~--------------(7.5'', =(1.5')(~') (8') ~R~ y - --j-----R/W EX. R280(CA)~ --. ~(CA R30(CA) ~ R30(CA)----------,. :to, a:, ~1 I EX. R7-9A(Wl) W3-1 -R/W ------------------- -------------- DO NOT I ,ENTER R5-1 NO PED CROSSING ¢,US[ <mlSWAIJ( R49(CA) ® BIKE LME R7-9A W3-1 ~~J.~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 40 20 0 40 80 120 I ~ I I I SCALE: 1"=40' DATE ICJITIAL 0/\TE l~JITl1\L f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION JTHER .~PPRC'IAL -------R/W- w CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN-I GREEN PAINT BIKE LANE ENHANCEMENT PROJECT A,7 r"OVED /46:z A~ T -,0l,IAS FRNJK / CITV cl1Gll,EER RCE 49070 EXP,9/30/24 D.AT rwm RY: GP PRCJlC I 1,10, 8R,~ WING NO, 0/\ TE INITl,\L Cl IKD DY: BS CITY APPR0\/1"\L R\/vVD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICLA COSTA MEADOWS DR RANCHO SANTA FE R D PASEO PLOMO RANCHO SANTA FE R D ................. .......................... ..................... ..................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ................... 10/28/22 E 0 ro "' 0 - N N 0 N ro N ~ w -w 0 .c u II I CONSTRUCTION NOTES @ REt.«lVE EXIST!f!G COlfl.ICTING STRIP!f!G. STRIPING ON A.C. PAVEMENT SHALL BE REMOVED BY 6Rlt-lllf!G. STRIPif!G ON P.C.C. SHALL El: REMOVED BY WATER ll.AST!f!G. G)APPLY 6" WHITE BIKE LAtE LHE PER CA-WHD FIGURE JA-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE LAtE INTERSECT!CJ,1 LINE PER CA-WTCD FIGURE JA-112 (CA), DETAIL 39A. @ APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON SHEET 2. © APPLY 111--IITE HERMOPLASTIC "fELMETED BICYCLIST SYtm..." WITH ARROW PER CA-MUTCD FIGU1E 9C-3 B-1£LIETED BICYCLIST SYMBOL. @~!SH 00 INSTALL NEW SIGN AND POST. BOTTCM OF LOWEST SIGN SHALL BE MINIILM 7' FROM FINISHED SURFACE. SIGN POST SHALL El: SQUARE PERFORATED STEEL TUllf!G WITH BREAKAWAY BASE PER SAN DIEGO REGICJ,IAL STANDARD DRAWING M-45. @REAPPLY 6" WHITE DIAGO-IAL HATOilNG AT 45 DEGREES AT 90' SPACING. @APPLY WHITE PAINT "HEU.ETED BICYCLIST SYMBOL" WITH ARROW PER CA-t.lJTCD FIGURE 9C-3 B-t£UETED BICYCLIST SYlllOL. PROPOSED SIGNS BEGIN RIGHT l\JRN LANE t:? YIELD TO BIKES R4-4 (36 X 30) EXISTING SIGNS STOP Rl-1 Q~E WA◊ll R6-1(R) Q "BUS SIGN" SPEED LIMIT 55 R2-1(55) ® BIKE LAt£ R7-9A !3M "BUS PLACARD 304" RIGHT TURN ONLY R3-5(R)(MOD) ® df0 BIKE R7-9A(MOD) RIGHT LANE MUST TURN RIGHT R3-7 W3-3 --R/W---------------- I ~ !8 ~ EX. R3-5(R)(t.m) _ t -~-,-: 1 ___ / I EX. "BUS SIGN" "BUS PLACARD 304" ~ ~ "' "' --~ ~ EX. R7-9A(MOD) EX. R3-7 ~(11') (8'} ----------------- ----- OCGINN!f!G CF BRI~E DECKING ---- • (TYP.) ---------- ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\-~ £ Of C~l\''ti <I>. ~ DATE ICJITIAL 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 - ---R/W---------- -- - w CITY OF Ci\RL:::,BAD SHEETS 21] r: TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT Arr ROVED ~ ::4· ~ THOl,IAS FRANK 7 CI-Y El,Gll,EER RCE 49J70 EXP.9/30/24 CAE rwm RY: GP PRCJlC I 1,10. 8R.~ WING NO. 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS JTHER .~PPRC'IAL CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICRANCHO SA N T A F E R D SAN ELIJO R D PASEO PLOMO PASEO PLOMO MAINTENANCE DWY ................................................................ ..................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ................... ....................... ................... 10/28/22 E 0 ro "' 0 - N N 0 N ro N ~ w -w 0 .c u EXISTING SIGNS STOP R1-1 RIGHT LANE MUST TURN RIGHT R3-7 ® 0#) Bil<ELA~ R7-9A(MOO) Le11ving Carlsbad "CUSTIJ.i G" SPEED LIMIT 45 R2-1(45) R4-7 OM1-3 NO PARKING OF OVERSIZED VEHICLES OR TRAILERS ALL CITY SmEETS II, CITY PARKINS LOTS 2AM-6AM OVERSIZED VEHICLES EXCECOING 22FEETINI.BIIGTHCR 7 FEET IN HEllHT Mil 7 FEET N Wllm1 ""2PftOrlBI~[) EllCEPT IIYFDWIT PIQU'TIUJCJGll',IID""""N<O _,,1/TIJTY\IEHlr.uatlEIIEIOP'T -------- "CUSTOM H" CONSTRUCTION NOTES SPEED LIMIT 55 R2-1(55) ONE WAY> R6-1 (R) "ElJS SIGN" R3-2 ® BIKE ~ R7-9A 16(0)4 "BUS PLACARD 604" 13@4 "BUS PLACARD 304" EX. "BUS SIGN" "BUS PLAC>R> 304" "BUS PLAC>R> 604" @ REl,()VE EXISTING CCN1.ICTING STRIPING. STRIPING ON A.C. PAVEIENT SHALL BE RO.«)\I[[) BY GRINJit-G. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTlt-ll. G) APPLY 6" WHITE BIKE LANE LINE PER CA-t.UTCO FISURE JA-112 (CA), DETAIL 39. @ APPLY 6" WHITE BIKE LANE INTERSECTION LINE PER CA-t.UTCO FISURE JA-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER OETAIL "A" OR DETAIL "B" ON SHEET 2. G) APPLY WHITE Tf£Rt.40PLASTIC "HELt.lETED BICYCLIST SYI.Bll.." WITH ARROW PER CA--IIJTCO FIGU<E 9C-3 B -HELt.lETED BICYCLIST SYt.lBOL. (jJ) FlllNISH ANl ll'ISTALL NEW SIGN ANl POST. BOTTOt.4 OF LOWEST SIGN SHALL BE MINit.lUt.4 7' FROM FINISHED SURFACE. SIGN POST SHALL BE SQUARE PERFffiATED STEEL TUllt-ll WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWlt-ll M-45. @ REAPPLY 6" WHITE DIAGONAL HATCHING AT 45 DEGREES AT 90' SPACING. - EX. "CUSTOM H" R7-9A(t.W) I I I i I ~,. ,I .-+--J+-tl 41 -~f I 203' 3~---'-1 = = EX. R4-7 ;l8 ·i Ot.41-3 = .;j_r = = .;j_r = = = = = = = = ◊ I = = EX. R3-7 F -~ --\ \ \ 31: '-0:: I I EX. R6-1(R)I~ I ~ ~ ~ 7,..... . -0 0 "' ------r - t f I t I A. / ,~ EX. R1-1 EX. R6-1(R) JI~ EX. "CUSTOM G" I EX. R2-1(45) I J9 ~ 0 "' - PROPOSED SIGNS BEGIN RIGHT TURN LANE r:? YIELD TO BIKES R4-4 (36 X 30) ----- ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 --- DATE ICJITIAL f\J,:;1~1 I I< 01 WOI/K 40 20 0 40 BO 120 1-~--1~~~1-----11 SCALE: 1"=40' I s6c I CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT - APPRG\l[D ~2~ Tl lmAAS IRA\JK ✓ CITY rnmJEE" RCE 49070 EXP.9/30/24 DATE rwm RY: GP PRCJcC I 1,10. 8R,~ WING NO. 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS REVISION DESCRIPTION JTHER -~PPRC'IAL CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICRANCHO SANTA F E R D AVENIDA SOLEDAD FIRE S T A T I O N D W Y ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ... ................ ....................... ................... 10/28/22 E 0 ro "' 0 - N N 0 N ro N ~ w -w 0 .c u CONSTRUCTION NOTES @ REMOVE EXISTil-¥3 CIN'l...lCTING STRIPil-¥3. STRIPING ON A.C. PAVEIENT SHALL BE REMOVED BY GR!t-011-¥3. STRIPil-¥3 ON P.C.C. SHALL BE REMOVED BY WATER EUSTING. G) APPLY 6" WHITE BIKE LANE Lit-£ PER CA-WTCD F!GU,E 3A-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE LANE INTERSECTION Lit-£ PER CA-WTCD F!GU,E 3A-112 (CA), DETAIL 39A. @APPLY 9lEEN TRAFFIC PAINT PER OCTAIL "A" OR DETAIL "B" ON Sl£ET 2. G) APPLY M-i!TE Tl£Rt.«RASTIC "f£UETED BICYCLIST SYliEIOL" WITH ARROW PER CA-IIJTCD Fleu.E 9C-3 B - f£Lt.£TED BICYCLIST SYliEIOL. @ FLl<NISH 00 INSTALL t-£W SIGN 00 POST. BOTT~ CF LOWEST SIGN SHALL BE MINitilt 7' ~ FINISHED SlllFACE. SIGN POST SHALL BE SCUARE PERFORATED STEEL TlllING WITH BREAJ<AWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M-45. @ FLl<NISH 00 INSTALL t-£W SIGN ON EXISTING POST. BOTT~ CF LOWEST SIGN SHALL BE MINIU 7' FROM FINISI-ED SURFACE. SHIFT EXISTING SIGNS AS 1£CESSARY. SIGNS PER PLAN. INSTALL t-EW SIGN POST AS 1£CESSARY. SIGN POST SHALL BE SQUARE PERFORATED STEEL TllllNG WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M-45. @REAPPLY 6" WHITE DIAGONAL HATCHING AT 45 OCGREES AT 90' SPACING. EXISTING SIGNS SPEED LIMIT 55 R2-1(55) NO PED CROSSING ¢,USE lllOSSWAU( R49(CA) N-1(CA) ® R3-4 W3-3 Q 'BUS SIGN" RIGHT LANE MUST TURN RIGHT R3-7 W11-8 15©4 "BUS PLACARD 604' 13©4 "BUS PLACARD 304' R4-7 EMERGENCY SIGNAL AHEAD W11-12P ® Bil<E LAI,[ R7-9A PROPOSED SIGNS BEGIN RIGHT TURN LANE t? YIELD TO BIKES R4-4 (36 X 30) 165' 1 EX. "BUS SIGN" "BUS PLACARD 304' 'BUS PLACARD 604' I 3: O::'. I ~ . ,,., -~ EX. R3-7 ~:~ ' \ l \ I I \ \ \ ~ O::'. I ~~J.~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ "' -~ ~ 0 "' ~ ~ DATE ICJITIAL 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 j ~ ~ . . -"' ~ "' ~ I ~ ~ ~ . 0 "' --~ ~ I \_ ~ 1 I ~ O::'. I = ~ = = = = = = = / EX. R4-7 N-1(CA) } 40 20 0 40 BO 120 1-~--1~~~1-----11 SCALE: 1"=40' 0/\TE l~JITl1\L REVISION DESCRIPTION JTHER .~PPRC'IAL I S7l I CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT fa.~P~OVF[) k,:,/4-~ T-10I,IAS FRN,K .,, Cl Iv cl1Gll,llR RCl 4,J0/0 l:<V~/5U/24 U.~ l [)\/Ill RY: GP PRCJlC I 1,10. 8R.~ WING NO. 0/\ TE INITl,\L Cl IKD □Y: BS CITY APPR0\/1"\L R\/vVD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ______________________________________________________________________________________________________________________________________________ .. TRAFFICRANCHO SANTA FE RD CAMINO JUNIPERO ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ................... .......................................... PASEO CAPUCHINA 10/28/22 E 0 ro "' 0 - N N 0 N ro N ~ w -w 0 .c u CONSTRUCTION NOTES @ REhlOVE EXISTING CON'LICTING SlRIPING. SlRIPING 00 A.C. PAVEJ,ENT SHALL BE REMOVED BY GRil'f)ING. SlRIPING 00 P .C.C. SHALL BE REMOVED BY WATER ll..ASTING. G) APPLY 6" WHITE BIKE L.AtE LINE PER CA-IIJTCD FIGLl<E JA-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE L.AtE INTERSECTION LINE PER CA-t,tJTCD FIGLl<E JA-112 (CA), DETAIL 39A. @APPLY GREEN lRAFFIC PAINT PER DETAIL "A" OR DETAIL "8" 00 SHEET 2. © APPLY WHITE THERMOPLASTIC "HELMETED BICYCLIST SYMOO.." WITH ARROW PER CA-MUTCD FIGLl<E 9C-3 B -HELK:TED BICYCLIST SYMBa.. @ FURNISH AN) INSTALL NEW SIGN 00 EXISTING SlREET LIGHT l'Cl.E USING STANDARD CITY CF CARLSBAD APPROVED M<UITING BRACKET WITH STRAPS. BOTTOM CF LOWEST SIGN SHALL BE MINll.l.M 7' FRO.I FINISl-£D SLl<FACE. SHIFT EXISTING SIGNS AS NECESSARY. SIGNS PER PLAN. (jJ) FURNISH AN) INSTALL NEW SIGN AND POST. OOTTOt.i CF LOWEST SIGN SHALL BE t.i!Nlt.Ut 7' FROM FINISl-£D 51.WACE. SIGN POST SHALL BE SQUARE PERFORATED STm 1\BING WITH BREAKAWAY BASE PER SAN DIEGO REGl(X,IAL STANDARD CRAWING M-45. @) APPLY "GREENBACK" SHARED LANE MARl<ING PER DETAIL "C" 00 SHEET 2. @REAPPLY 6" WHITE DIAGO,IAL HATCHING AT 45 DEGREES AT 90' SPACING. -I I I //~ ' I I I I I I I I ._/ I I I I EXISTING SIGNS SPEED LIMIT 45 R2-1(45) ® ~ BIKELME R7-9A(tm) SPEED LIMIT 55 R2-1(55) .. TURNING VEHICLES °'WTo,:t R10-15(L) OM1-3 "BUS SIGN" -- RIGHT LANE MUST TURN RIGHT RJ-7 WJ-3 ISM "BUS PLACARD 604" !3M "BUS PLACARD 304" R4-7 W74(CA) w Trail~ "TRAIL SIGN" (R) \ \ I . ;: I -- ~ T I I I I I , I I EX. "BUS SIGN" "BUS PLACARD 304" EX. R2-1(45) R7-9A(MOD) -- 3 -- 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 ----------- 3 100 ----, W3------ 40 I t--------1-----t--------------j---------j------t---------l ~ ,c_, 1_T_Y_o_F_c_l"'_R_L_:::,_B_A_D __ s_HLJ_E1_JT_s ~ _ TRANSPO~TATIO~ DEPARTMEN- cITv c11cI1,EER GREEN PAINT BIKE LANE ENHANCEMENT PROJECT I---------+----+--------------+--------,---+-----< rwm RY: GP PRCJlC I 1,10. 8R.~WING NO. f--Dt_,T_E _IC_JIT_l,\_L -+-D_M_E~_IN_ITl_,'L----, Cl IKD □Y: BS R'✓WD BY: CL DATE ICJITIAL REVISION DESCRIPTION JTHER .~PPRC'IAL CITY APPR0\/1"\L .2 .. ----------------------------------------------------------------------------------------------------------------------------------· TRAFFICRANCHO SANTA FE RD PASEO LUPINO RANCHO SANTA FE RD VIA CAMPANILE VIA MERCATO ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ................... ....................... ................... 10/28/22 E 0 ro "' 0 - N N 0 N ro N ~ w -w 0 .c u CONSTRUCTION NOTES @ REMOVE EXISTil'¥3 OOfl!CTil'¥3 STRIPil'f.l. STRIPING ON A.C. PAVEIENT SHALL BE REMOVED BY GR!Nlll'¥3. STRIPll'¥3 ON P.C.C. SI-W..L BE REMOVED BY WATER IUSTil'¥3. (D APPLY 6" WHITE Bil<E LANE LINE PER CA-WTCD FIGUlE 3A-112 (CA), DETAIL 39. @ APPLY 6" WHITE Bil<E LANE INTERSECTION LINE PER CA-WTCD FIGUlE 3A-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON Sl£ET 2. © APPLY M-IITE TI-ERM<R..ASTIC "f£Lt.£TED BICYCLIST SYl,flOL" WITH ARROW PER CA-IIJTCD FIGU<E 9C-3 B -1£Ll,£TED BICYCLIST SYlllQ. @ FLl<NISH 00 INSTALL NEW SIGN ON EXISTING STREET LIGHT POLE USING STOOARO CITY OF CARLSBAD APPROVED WJNTING BRAO<ET WITH STRAPS. BOTTOM OF LOWEST SIGN SHALL BE MIN!MlAA 7' FROM FINISl£D Slff'ACE. SHin EXISTING SIGNS AS NECESSARY. SIGNS PER PLAN. @ FLl<NISH 00 INSTALL NEW SIGN 00 POST. BOTTOM CF LOWEST SIGN SHALL BE MINIU 7' FROM FINISHED Sll<FACE. SIGN POST SHALL BE S0JARE PERFffiATED STEEL TUBll'¥3 WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STOOARD DRAWll'¥3 t.t-45. @ REAPPLY 6" WHITE DIAGONAL HATOHl'¥3 AT 45 DEGREES AT 90' SPACil'¥3. EXISTING SIGNS SPEED LIMIT RIGHT LANE ® NO 55 MUST PARKING d{0 ANY TURN RIGHT Bil<EWE: TIME R2-1(55) R3-7 R4-7 R7-9A(l.400) R26(CA) W3-3 Wl 1-2 W74{CA)(R) OM1-3 ISM ~ w "BUS PLACARD 604" 13©4 ~Trail Trail~ "BUS PLACARD 304" "BUS SIGN" "TRAIL SIGN" {L) "TRAIL SIGN" (R) = = = = = = = ~ = = -m -- PROPOSED SIGNS BEGIN RIGff TURN LANE r:? YIELD TO BIKES RH (36 X 30) - - EX. "TRAIL SIGN"(R) R26(CA) ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 w - EX. 'BUS SIGN' 'BUS PLACARJ 304" --R/W- 40 I DATE ICJITIAL f\J,:;1~1 I I< 01 WOI/K 20 0 ~ REVISION 40 BO 120 I I I SCALE: 1"=40' 0/\TE l~JITl1\L D/\ TE INITI/\L DESCRIPTION JTHER .~PPRC'IAL CITY APPR0\/1"\L I sgc I CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT Arr ROVED ~ ::4· ~ THOl,IAS FRANK 7 CI-Y El,Gll,EER RCE 49J70 EXP.9/30/24 CAE rwm RY: GP PRCJcC I 1,10. 8R.4 WING NO. Cl IKD □Y: BS R\/vVD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ______________________________________________________________________________________________________________________________________________ .. TRAFFICRANCHO SANTA FE RD LEV A N T E S T LA COSTA AVE VIA IRISCORTE TRADICIONDE H E S A C T ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ... ................ CVS DWY 10/28/22 ~ ~ "O CONSTRUCTION NOTES @ REMOVE EXIST!Nl 00'-JFLICTING STRIP!Nl. STRIP!Nl ON A.C. PAI/DENT SHALL EE REMOVED BY GRINDING. STRIPING ON P.C.C. SHALL EE REMOVED BY WATER BLASTING. CD APPLY s· WHITE BIKE LANE LINE PER CA-hl.ITCD FIME 3A-112 (CA). DETAIL 39. (!) APPLY 6" WHITE BIKE LANE INTERSECTION LINE PER CA-t.tJTCD FIME 3A-112 (CA). DETAIL 39A. @ APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON Sl-£ET 2. G) APPLY WHITE TIERMOPLASTIC "IELl,ETED BICYCLIST SY~" Willi ARROW PER CA-WTCD FIGURE 9C-3 B -1£LIETED BICYCLIST SYll3a.. ,1 EXISTING SIGNS STOP SPEED SPEED RIGHT LIMIT LIMIT LANE 45 50 MUST TURN RIGHT I R1-1 R2-1(45) R2-1(50) R3-7(MOD) R4-7 TURNING .. VEHICLES ! I[ 1 ONE WAY>II ® BIKE LANE 'WTo'}\ OVER 7 TONS G.V.W.R. lt!Q] PARKING ANY TIME E 0 0, "' 0 - N N 0 N ro N ~ w -w 0 R6-1(R) W9-1 R7-9A R10-15 W73A(CA)(L) OM1-3 R200-1 R26(CA) Pork <? "CUSTOM l(L)" "ElJS SIGN" ~ MAY USE FULL LANE R4-11 ~1~r R61-17(CA) 13©4 "BUS PLACARD 304" -- R5-2 W2-2 fl/ I I /I I EX. R2-1(50)~ 11 I I ,; .,.,I I I~ r:1--~1=--:----. /1 I I I I 238' R I I J eg ::1:: != :QI;::-;:::-=--I 1 -----...... --co --. ---, ~r ----I , ~I I I I ~I I j I I <O ~, I I I I I / I I I I U) I ,:;;l:--1:--:--. ~:;; :--~ -· .-0 0 OLn • ,.... ..- <O lo .................... _.o .-..--------:--- - I I I l I I I 1 11 I I • I I I I I I I : : \ \ I I I I EX. R10-15 I l!;l I EX. R5-2 ~ - R200-1 ,. ~ / I I 1~~1~1:--~~ I I ~ ;:::-I;::-I;::-I "' I - -"' . ;..... ...... ,.... -:.,.o 0 _ ..... .,.... .,.... __ -----------j ~ ~ I T I I I I EX. "BUS SIGN" "BUS PLACARD 304" .,;.)_ I I I I 2' R ~ I I I I c:: '¾ '¾ l ~~'Ii. 1011., ~~ J. ~ ~ 'f, g ~a >i .,. "" :i(cJ * .r~ CIVIi. '/\.~ '1£ Of C~l\''ti <I>. ~ ~ <O ~ ,, I ' ~ c:: ----1 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 EX. "BUS SIGN" "BUS PLACARD 304" R 59' DATE lfJITIAL f\J,:;1~1 I I< 01 WOI/K --R/W- 40 40 BO 120 I I I I SCALE: 1"=40' L3J CITY OF Ci\RL:::,BAD SHEETS 21] 0 TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT - APFROV[D /42~ Tl IOl,IAS IRMJK J CI-Y E~Gll,EER RCE 49J70 EXP 9/30/24 CA Tc rwm RY: GP PRCJlC I 1,10. 8R.~ WING NO. 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS DESCRIPTION 9'.)991 uvvi:..; '.J-59-':j REVISION JTHER .~PPRC'IAL CITY APPR0\/1"\L R\/v\lD BY: CL PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 ~L----------------------------------------------------------------------------------------------------------------------------------------• TRAFFICRANCHO SANTA FE RD CVS DWY RANCHO SANTA FE RD CAMINO DE LOS COCHES ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ... ................10/28/22 E 0 0, "' 0 - N N 0 N ro N ~ w -w ~ .c u CONSTRUCTION NOTES @ REMOVE EXISTING C:01'11.ICTING STRIPING. STRIPll'S ON A.C. PAVEMENT SHALL BE REMOI/ED BY GRll'{)ING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. (D APPLY s· WHITE BIKE LANE LINE PER CA-IIJTro FIGURE 3A-112 (CA), DETAIL 39. @ APPLY s· WHITE BIKE LANE INTERSECTION LINE PER CA-IIJTro FIGURE 3A-112 (CA). DETAIL 39A. (I) APPLY GREEN TRAFFIC PAINT PER DETAIL 'A" OR DETAIL 'B" ON SHEET 2. © APPLY WHITE Tl£Rl,llPLASTIC '1£LMETED BICYCLIST SYY3Cl." WITH ARROW PER CA-MUTCD FIGUlE 9C-3 B - HEL.J,ETED BICYCLIST SYIIJOL. @ FURNISH AND INSTALL NEW SIGN AND POST. BOTTO,! OF LOWEST SIGN SHALL BE MINUIJW 7' FROW FINISHED SURFACE. SIGN POST SHALL BE SQUARE PERFORATED STEEL TlBll'S WITH BREAKAWAY BASE PER SAN DIEGO REG!Ow.L. STANDARD DRAWING M-45. EXISTING SIGNS SPEED STOP LIMIT 40 R1-1 R2-1(45) RIGHT LANE MUST TURN RIGHT R3-7 R4-7 o.11-1 OM1-3 SPEED LIMIT 50 R2-1(50) ® BIKE I.At£ R7-9A LA COSTA CANYON ~IGH SCHOOi <:= "CUSTa.t J" RIGHT ® TURN ONLY R3-4 R3-5(R)(MOD) lt!QJ PARKING ANY TIME R26(CA) W3-3 Q 13©4 "BUS SIGN" "BUS PLACARD 304" -R/W (7.5') .... !!!I •= ( 12') = = (10.5') = - ( 11 ') = EX. R4-7 = = = = = = = EX. R2-1(50) -----R/W- (7') ---------------(7')= ( 11 ') ( 11 ') - ( 11 ') ( 11 ' ) ( 11 ' ) (11') 152 ( 14') 151 -- = ±==~~===''f'=~~===='=~~=~'==r=----l .0 1r ,(F <J -I -( 4' )=( 1=0---:' )=-'-'lJ4B"'====,(F=-==--==i=-----=-~---w ( 14 •) -, =EX. R4-7 (10') (10') OW1-3 = = ( 10.5') EX. R3-4 = = = = = ( 11 ') c11.5•i L / -p ~6-~ >+-----------.-.--------+----i-/184.~ EX. "BUS SIGN -tJ = ~ V-0 "BUS PLACARD 304' --~/W --- \ I EX. R7-9A I --.-I PROPOSED SIGNS EX. R2-1(40) BEGIN I RIGlT nJRN LANE r:? I YIELD TO BIKES R4-4 (36 X 30) EX. W3- = R3-4 -= a,n-1 (11') (11') ~ ---~~~;:::::---_ -( 11 ') ( 11 ' ) I ~ • Iii • (7.5') (7.5')- I ~ f', I 11 I I ¾ ~~ ~ ~ -N I~ 0 $! I co ---.:::. ~ "' ~ ~ -0 --~ ~ I j I j I j I I I I .1.l .,,, I I I I I I 3: I~ ~ "' ~ EX. R26(CA) ..... EX. R3-7 ~' ;,,o 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 --R/W- I s~1u 1 , I CITY OF Ci\RL:::,BAD i-------t----t-----------------t------J--------t-------t TRfaJJ SPO "TA Tl O ~ DEPA R H,I EN- 1------+--+----------------+------+-----+------1 SHEETS 21] ArrRO\/ED CITY rnmffE'\ 1-----+--+----------------+------+-----+------1 rwm RY: f--o._,,T_E _l_cJI_Tl,_\L--+--_Dt_,T_E ~I_NIT_l,,_L---< Cl IKD DY: JTHER .l'.,PPRCVAL CITY APPR0\/1"\L R\/V\ID BY: DATE ICJITIAL REVISION DESCRIPTION GREEN PAINT BIKE LANE ENHANCEMENT PROJECT GP BS CL THOfJAS FRA~K RCE 4S070 EXP.9/30/24 D~.TE PRCJlC I 1•10. 9'.)991 .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· .... . . . . . . . .. .. . ...... . . . . . . . .. .. . . . . . . . . . . .... . . . . . .. .. . . . . . . . . ... . . . . . . . .. .. .. . . . . .TRAFFICLOS COCHES VILLAGE DWY RANCHO SANTA FE RD CALLE BARCELONA RANCHO SANTA FE RD ................. .................................................................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... ....................... ... ................ .......................................... 10/28/22 E 0 0, "' 0 - N N 0 N ro N ~ w -w 0 .c u CONSTRUCTION NOTES @REMOVE EXISTING CotfLICTING STRIPING. SlRIPING CJ,J A.C. PAVE!ENT SHALL BE REMOVED BY !;RINDING. STRIPING ON P .C.C. SHALL BE REMOVED BY WATER BUSTING. (})APPLY 6" WHITE BIKE LANE Lit£ PER CA-MUTCD FIGLl<E 3A-112 (CA), OCTAIL 39. @APPLY 6" WHITE BIKE LANE INTERSECTICJ,J Lit£ PER CA-MUTCD FIGLl<E 3A-112 (CA), OCTAIL 39A. @APPLY GREEN lRAFFIC PAINT PER DETAIL "A" CR DETAIL "B" CJ,J SfEET 2. © APPLY WHITE ll£RMDPLASTIC "t£UETED BICYQ.IST SYt.lla..." WITH ARROW PER CA-MUTCD FIGI.RE 9C-3 B -1£LMcTED BICYQ.IST SYl.l30l.. @FUlNISH ANl INSTALL NEW SIGN ANl POST. BOTTOM OF LOWEST SIGN SHALL BE MINIMLM 7' FROM FINISIED Sl.WACE. SIGN POST SHALL BE SQUARE PERFCRATED STffi lUl!NG WITH ffiEAKAWAY BASE PER SAN DIEGO REGIONAL STANlARD DRAWING t.t--45. @ APPLY "GREENBACK" SHARED LANE t.tARKING PER OCTA IL "C" CJ,J St£ET 2. ,,_R W - - EX. R2-1(45) R7-9A EX. R5-2 R200- 2' R EX. R14-1(MOD) R7-9A I I I I I I I t EX. R4-7 11 OM1-3 EX. "BUS SIGN" "BUS PLACARD 304" 1EX. R7-9A --R/W- I ~ I I I I I EX. R44A(CA I -~~~-~~/~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ QI\'"',--~:::=__::=----=--=====-=-=-===--=--=~'..!!.= ... (7') --, 10·) (7.5' ) ________ -~!!!~ • ___ ___::==--"!!I~•,___ __________ -; (VARIES) ( 18') EXISTING SIGNS SPEED LIMIT 45 R2-1(45) ® BIKE LAI-[ R7-9A W3-3 SPEED LIMIT 50 R2-1(50) TRUCK ROUTE 0 R14-1(MOD) W16-5P R3-4 OVER 7 TONS G.V.W.R. R20D-1 W74(CA) RIGHT LANE MUST TURN RIGHT R3-7 ~ BIKE PAii NO 110111! l'EIIICUS IR II01IIIIEII IIICIWS R44A(CA) OM1-3 RIGHT LANE MUST TURN RIGHT R3-7(t,D)) S1-1 N-1(CA) R4-7 SCHOOL SPEED LIMIT 25 .:=. """"""' SR4-1(CA) Park s> "CUSTOM i(R)" R5-2 W3-1 "BUS SIGN" (10') =-==-==+==--:=-=-=-=-=rr=-Tc 1100')' ,-=;~~ I - 6 ~~,... 4 ( 110' 1 EX. R2-1{50) ISM "BUS PLACARD 604" !3M "BUS PLACARD 304" -- - EX. W3-3 ---------..,: EX. R3-7 PROPOSED SIGNS BEGIN RIGff TURN LANE r:? YIELD TO BIKES R4-4 (36 X 30) 154 3 (9.5'-) - ,_____ -----+---( 10. 5' ) ----+-- ( 10') (7') / EX. R2-1(50) "BUS SIGN" "BUS PLACARD 304" · - -R/W- 153 EX. "CUSTO,l I{R)" R7-9A (7.5')- (11.5') ( 11 ' ) { 11 ' ) {14') {10.5') { 11 ' ) (11.5') (6.5')= --R/W- EX. R2-1(50) R7-9A EX. "BUS SIGN" "BUS PLACARD 304" "BUS PLACARD 604" ,,fc I 'f I I I I I I I t II I 40 20 0 40 BO 120 1-~--1~~~1------11 SCALE: 1"=40' ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * .r~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ DATE ICJITIAL 0/\TE l~JITl1\L 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION JTHER .~PPRC'IAL PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 I I I ~ a: <l=a EX. S1-1 W16-5P R7-9A (10.5') w CITY OF Ci\RL:::,BAD SHEETS 21] 2 TRANSPO~TATIO~ DEPARTMEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT - APFROV[D /4, 2 ~ Tl IOl,IAS IRMJK J CI-Y E~Gll,EER RCE 49J70 EXP 9/30/24 CAE rwm RY: GP PRCJlC I 1,10. 8R,~ WING NO. D/\ TE INITI/\L Cl IKD DY: BS CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------· TRAFFICCAMINO ALVARO RANCHO SANTA FE RD OLIVENH A I N R D RA N C H O S A N T A F E R DO.M.W.D. DWY................................................................ ..................... ......................................................................................................................................................................................... ................................................................................................................................................................................................... .......................................... 10/28/22 E 0 0, "' 0 - N N 0 N ro N ~ w -w 0 EXISTING SIGNS SPEED LIMIT 50 R2-1(50) 1\JRNING ,. vOllCLES Rl0-15 W4-3 TYPE N-4(CA) RIGHT LANE MUST TURN RIGHT R3-7 1\JRNING .. vOllCLES R10-15(MOCI) W11-2 OM1-3 RIGHT LANE MUST TURN RIGHT R3-7(MOO) NO PARKING ANY TIME R26(CA) W12-1 OUVEHAIN ... ~OFRCE "CUSTOM K" R4-7 ~ BIKE LANE R81 (CA) W16-7P "BUS SIGN" ® BIKE LME R7-9A NO PED CROSSING ¢, USE CROSSWAIK R49(CA) W73A(CA) !3M "BUS PLACARD 304" ® d10 BIKE LAtE R7-9A W3-3 I I I I I R7-9A / x. w12-1 1-3 W11-2 EX. R2-1 (SOWH) R7-9A CONSTRUCTION NOTES @ REMOVE EXISTING Clff'LICTING STRIPING. STRIPING ON A.C. PAI/EIENT SHALL EE REMOVED BY GRINDING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. CD APPLY s· WHITE BIKE LA~ LI~ PER CA--MUTCO FIGlRE 3A-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE LA~ INTERSECTION LI~ PER CA--MUTCO FIGUlE 3A-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER OCTAIL "A" OR OCTAIL "B" ON Sl-£ET 2. @ APPLY WHITE THERMOPLASTIC 'f-El.t.ETED BICYCLIST SY~L' WITH ARROW PER CA-t.l.lTCO FISLl<E 9C-3 B -f-El.t.ETED BICYCLIST SYl.flOL. @) APPLY "GREENBACK' SHARED LA~ MARKING PER DETAIL 'C" ON SIE£T 2. 40 40 BO 120 I ,----1 1----;1 ----SCALE: 1"=40' ~~'Ii. 1011., ~~ J, ~ uJ CITY OF Ci\RL:::,BAD SHEETS ~ 'f, 21] g ~a >i , TRfaJJSPO"TATIO~ DEPARH,IEN-.,. "" :i(cJ * J'~ CIVIi. '/\.~ GREEN PAINT BIKE LANE '1£ Of C~l\''ti ENHANCEMENT PROJECT -<I>. A.-'P <OY[D / -',,,/ ~ T I0I,IAS !RANK /.ch? ~ cITv cNCl~EER . RCE 49070 EXP 9/30/24 D.A E rwm RY: GP PRCJlC I 1,10. 8R.AWINC NO. DATE ICJITIAL 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS 9'.)991 uvvi:..; '.J-59-':j 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION JTHER .~PPRCVAL CITY APPR0\/1"\L R\/v\lD BY: CL PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 ~L----------------------------------------------------------------------------------------------------------------------------------------------... TRAFFICAVENIDA ENCINAS POINSETTIA LANE 10/28/22 E 0 0, "' 0 - N N 0 N ro N ~ w -w ~ .c u EXISTING SIGNS SPEED LIMIT 35 R2-1(35) NO !PARKING ANY TIME R26(CA)(MOO) NO PARKING OF OVERSIZED VEHla.ESOR TRAILERS AU. CITY !ITREETS & OITY PARKING L(TTS 2AM-5AM OVERSIZED VEclC~ =EEl;ll"8 Zi! FEET IN LENGTH OR 7 FEET ~ HEICllfT NIIH FEET IN 'MDTH AREPROHIBITEll EXCEPTBYPERMIT PIOIOJPTllJOIO!l,,,.,,,_JKl <FORTOI/TlLJ"lY_IOl.m.,.,YP'T ---..---~-- RIGHT LANE MUST TURN RIGHT R3-7 1fil] PARKING BEYOND MARKED SPACE ---·---·---- R26(M001) tbi,,Jl!b& u tYi-ii R4-7 NO 1115 SIIE PARKING 1~_;,r lUl9lAY SIIET SIEEPIIG C.11.~ l~l0.150 R26(M002) r:D ~ ~ Fl!la ii I ~ ~ ® d10 BIKE R7-9A(MOO) NO PARKING 11:00 PM • 5:00 NA R30( CA)( MOO) OJ 'd (? ~11-,-u lURNING ,. 11£HICl£S "o/To~ R10-15 ® R30E( CA )(MOO) ~ <? Trail "a.JSTOM H" "COASTER SIGN" (T) "COASTER SIGN" (R) "COASTER SIGN" (L) "TRAIL SIGN" (L) 4 · R/W--------- EX. "COASTER SIGN" (L) CONSTRUCTION NOTES RIGHT LANE FREEWAY ONLY R188(CA) N-1(CA) @ REMOVE EXISTING COtfl.lCTING STRIPING. STRIPING 00 A.C. PAVEMENT SHALL BE REMOVED BY GRDOING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. G) APPLY 6" WHITE BIKE LANE LINE PER CA--IIJTCD FIGURE 3A-112 (CA), CETAIL 39. @ APPLY 6" WHITE BIKE LANE INTERSECTION LINE PER CA-IIJTCD FIGURE 3A-112 (CA), CETAIL 39A. Q) APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" 00 SHEET 2. © APPLY WHITE THERMOPLASTIC "HELMETED BICYCLIST SYl8l.." WITH ARROW PER CA--MUTCO FIGlllE 9C-3 B - HELMETED BICYCLIST SYMBOL. @ F\RllSH AND INSTALL NEW SIGN 00 EXISTING POST. BOTTOM OF LOWEST SIGN SHALL BE MINIIAAI 7' FRO,t FINISHED Slff'ACE. SHIFT EXISTING SIGNS AS NECESSARY. SIGNS PER PLAN. INSTALL NEW SIGN POST AS NECESSARY. SIGN POST SHALL BE SQUARE PERFORATED STEEL Tl.EIING WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING t.t-45. 1fill PARKING ANY TIME R26(CA) 0,11-3 EX. R10-15 EX. R4-4 12 R30E(CA)(MOO) EX. R3-7 I I '7 I / l ~ Ii~ 119' 1 q:: \ I ~ ~ I "i::: I '; I I I I I I I I I I II I , I EX. R2-1(35) R26(M001) R26(M002) EX. R26(CA) ":(10.5') f--~,;:;-lii;;;c-~;;;:====<5.5' i----------- PROPOSED SIGNS BEGIN RIGHT TURN LANE t? YIELD TO BIKES R4-4 (36 X 30) ( 12') - --Iii (VARIES)- EX. R188(CA)P - Arr ROVED GREEN PAINT BIKE LANE ENHANCEMENT PROJECT SHEETS 21] THOl,IAS FRANK 7 RCE 49J70 EXP.9/30/24 CAE 1---------+--+----------------+------+-----+------I rwm RY: GP PRCJlC I 1,10. 9'.)991 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 DATE ICJITIAL REVISION DESCRIPTION f--o._,,T_E _l_cJI_Tl,_'L-+-_Dt_,T_E ~I_NIT_l,,_L---< Cl IKD □Y: BS JTHER .~PPRCVAL CITY APPROV.~L R'✓WD BY: CL .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICPALOMAR AIRPORT RD MATCHLINE STA 16+40SEE SHEET 17MATCHL I N E S T A 1 5 + 9 5 SEE BEL O W L E F T MATCHL I N E S T A 1 5 + 9 5 SEE ABO V E R I G H T PASEO DEL NORTE PASE O D E L N O R T E PASEO DEL NORTEDWY DWY DWY FLOWER FIELDS ................................................................ ..................... .......................................... .......................................... 10/28/22 E 0 0 0 -- N N 0 N ro N ~ w -w ~ .c u I EX. R26(CA)____,.,/"\ . ~ I --'ol----i111 ...__I ll'." ·, ~~--'--y_ I EX. -J )''}\ f :--: 0~ :--1 ~ . 'fo ·inm-110 N ..-..-----1 -EX. R3-7 .:: ~ ,:: \J ~ ~ 4 EX. R26(CA) oo EX. R5-1 EX. R3-7 R5-1A (4') (11.5') - - (11.5') - ( 11 ') ( 10') 8 (3.5') I-11-+5' (10') (12') (12') (6.) (12') <.!9-r> CONSTRUCTION NOTES @ REMOVE EXISTING CCN1.ICTING STRIPING. STRIPING ON A.C. PAVEMENT SHALL BE REMOVED BY GRINDING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. (D APPLY 6" WHITE BIKE LAI'£ LIi'£ PER CA-MUTCD FIGLRE 3A-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE LAI'£ INTERSECTION LIi'£ PER CA-MUTCD FIGLRE 3A-112 (CA), OCTAIL 39A. (» APPLY GREEN TRAFFIC PAINT PER OCTAIL "A" 00 DETAIL "B" ON SHEET 2. © APPLY WHITE THERMOPLASTIC 'IELMETED BICYCLIST SYl.llOL' WITH ARROW PER CA-WTCD FIGLl<E 9C-3 B - HELMETED BICYCLIST SYMOO.... @ FLR,ISH AND INSTALL i'EW SIGN ON EXISTING POST. BOTTOM Cf' LOIEST SIGN SHALL BE WINlt.LM 7' FROM FINISHED SlRFACE. SHIFT EXISTING SIGNS AS NECESSARY. SIGNS PER PLAN. INSTALL NEW SIGN POST AS NECESSARY. SIGN POST SHALL BE SQUARE PERFOOATED STEEL TU31NG WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANJARD DRAWING M--45. @) FLR,ISH AND INSTALL i'EW SIGN AND POST. SIGN POST SHALL BE SQUARE PERFORATED STEEL TU31NG WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M-45. DIMENSIONS SHALL BE PER CA-WTCD FIGURE 2C-13 (CA). @APPLY YELLOW PAINT TO MB. FURNISH AND INSTALL YELLOW REIRtM.Flt:CTIVE TYPE H WARl<ERS ON TOP OF am AT 2' ON CENTER. @)APPLY "GREENBACK" SHARED LAI'£ MARKING PER DETAIL •c• ON SIEET 2. EX. R7-9A(MOO) ~ ~ -~ • U") "' "' I . --~~ -~ j ~ ~ "' "' --~ -~ T I I I -l. ~ ~ -. "' I ~I..: ~ -~ ~~ I-in 0 • -"' -~~ I I .I I I I ~ DC I I II I EX. R7-9A(MOO) EXISTING SIGNS STOP R1-1 O~E WA(>[J R6-1(R) W74(CA) PROPOSED N-1(CA) (1a·x1a') SPEED LIMIT 35 R2-1(35) ® 0k l BIKE LANE R7-9A(MOD) N-1 (CA) SIGNS BEGIN RIGHT TURN LANE t:? YIELD TO BIKES R4-4 (36 X 30) SPEED LIMIT 45 R2-1(45) DO NOT BLOCK INlERSECTION R10-7 a,t-U-3 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 RIGHT RIGHT LANE LANE MUST MUST TURN RIGHT TURN RIGHT R3-7 R3-7(MOO) lt!QJ_ PARKING ~ STOPPING ANY ANY TIME TIME R26(CA) R26(S)(CA) (000) OM2-1H TYPE R(CA) DO NOT ENlER R4-7 R5-1 010 END BIKE LANE R81(CA) R81B(CA) Q 1444 "BUS PLACARD 444" $ 1445 ·sus SIGN" "BUS PLACARD 445" \ ~ y R5-1A W3-3 NO PARKING OF OVERSIZED VEHCLESOR TRAJLERS AU. CITY STREETS & CITY F'ARl<ING LOTB c:JIIEH81ZEDIIEl«:I..ES EKCEEDING .12 fEET N LEIIGT11 OR 7 r~l!T IN H~IGHT ANC>7 FEET IN l'l'IDTll ARE P'RClilBrrED EXCEPT 8Y PERMrT ....... TRIJ .... ,..,,,,.. .... ._,,, IJTIIITY"'6tc.£0 .__, ..................... ---- "CUSTOM H" .---------1------t--------------j-----------j-------t---------l ~ .c_, 1_T_Y_o_F_c_l"'_R_L_:::,_B_A_D __ s_HLJ_E1_JT_s ~ _ TRANSPO~TATIO~ DEPARTMEN- CITV cl1Gll,EER GREEN PAINT BIKE LANE ENHANCEMENT PROJECT kz /4 ~ T-,0I,IAS FRN,K / RCE 49070 EXP.9/30/24 D.AT 1---------+--+----------------+------+-----+------I rwm RY: GP PRCJlC I 1,10. 9'.)991 f--o._,,T_E _l_cJI_Tl,_\L-+-_Dt_,T_E ~I_NIT_l,,_L---< Cl IKD □Y: BS JTHER .~PPRC'IAL CITY APPROV.~L R'✓WD BY: CL DATE ICJITIAL REVISION DESCRIPTION .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICPALOMAR AIRPORT RD MATCHLINE STA 16+40SEE SHEET 16DWY 10/28/22 ~ c5 r---5-w > +' D ~ C n 0 0 0 E D 0 0 N N 0 N ro N ~ w -rn ~ .c --' I JR) I--- f3?'389' ~ I fD, 388 ~ EX. RJ-7 -, I c12·> (5.5')j (14') ( 11 ' ) - (13') - (10.5') 1!1 ( 18') (13') - ( 12') - ( 12') (7.5') (11.5') r@ , I -..... ' r@(TYP.) .,....(?) r®~~-: CUSTOM WAYFHOING SIGN" , ,/ '=-' 100' I • EX. R7-9A ' ~~ --- - - --- : : : ---_-[V7'1~~,======~,\ic,·=============== .... ;;=~ ""Li-i:=-_____ ...,_ _________ _ r<J)249• - --R/Ww w I ~=--===~=~::::_::_::_.=-=-=--=-=-=~~=-=-~=-=-=-=--=--::~--•·_"OJSTOII t,i"'-,,~---_-_-_:_::._:_:-_-_-~-==-~u.. R3·-.·,~-s-~-__ -_-_-_::---::._-::._-_-_-_---~====----_-_-_-_:_:----,:-t.X. RJ-7 F ___ .....,,f _ R/W--::"-R{Wt---\-,,:;;;;;::--:::' -------EX. "CUSTOM L"7 I ~EX. R5-2 I R5-2A CONSTRUCTION NOTES @ REMOVE EXISTING COtfl!CTING STRIPING. STRIPING ON A.C. PAVEMENT SI-W..L BE REMOVED BY GRHOING. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER IUSTING. (D APPLY 6" WHITE BIKE LAI£ Lit£ PER CA-t.«JTCD FIGURE 3A-112 (CA), CETAIL 39. @ APPLY 6" WHITE BIKE LAI£ INTERSECTION Lit£ PER CA-t.«JTCD FIGURE 3A-112 (CA), CETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON SHEET 2. EXISTING SIGNS 35 RIGHT LANE ZONE MUST AHEAD lURN RIGHT R2-4(CA)(35) RJ-7 ® The Crossings Golf Course BIKE ~ LAr-E R7-9A "aJSTCIA L" ® R5-2 Museum of Making Music ~ "CUSTOM M" PROPOSED SIGN LEGEND Right Lane BEGIN Flower Fields ~ Access Only RIGHT lURN LANE II I oNE m(>[I ~ I ONLY I t? YIELD TO BIKES R5-2A R6-1{R) "NEW OJSTOM WAYFINllNG SIGN" E11-1b(MCD) R4-4 (40 X 18) (36 X 30) 40 20 0 40 BO 120 '-----'I ~--1~_1-----i1 SCALE: 1"=40' SHEETS © APPLY WHITE THERMOPLASTIC "HELMETED BICYQIST SYl,f3(l_" WITH ARROW PER CA-MUTCD FIGlR: 9C-3 B -HELMETED BICYCLIST SYMBU.. I s~1c6c I CITY OF Ci\RL:::,BAD t----i-------t-----------------,----------,----i----, TRfaJJSPO"TA Tl 0~ DEPARH,I EN-21] @ FrnNISH AND INSTALL NEW SIGN ON EXISTING STREET LIGIT PQE USING STANlARD CITY IF CARLSBAD APPROVED t.«U-ll"ING BRACKET WITH STRAPS. BOTTOM IF LOWEST SIGN SHALL BE M!Nlt.UA 7' FRClt FIN!Sf£D SURFACE. SHIFT EXISTING SIGNS AS t'ECESSARY. SIGNS PER PLAN. @FrnNISH AND INSTALL NEW E11-1b(MCD) ON EXISTING ARROW-PER-LAI£ GUIDE SIGN PER DETAIL "D", SHEET 2. 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 l----l-----+----------------+------+---i--------1 DATE ICJITIAL 0/\TE l~JITl1\L D.1\TE INITI/\L REVISION DESCRIPTION JTHER -~PPRC'IAL CITY APPR0\/1"\L GREEN PAINT BIKE LANE ENHANCEMENT PROJECT Arr ROVED rwm RY: GP Cl IKD DY: BS R'✓WD BY: CL ~ /4. ~ THOl,IAS FRANK 7 RCE 49J70 EXP.9/30/24 CAE PRCJlC I 1,10. 9'.)991 liL.----------------------------------------------------------------------------------------------------------------------------------------------... TRAFFICCOLLEGE BLVD BOBCAT BLVD CANNON RD No smoking allowed within 25 feet of transit stations,bus stops, or othertransit facilitiesNo se permite fumar a menos de 25 pies de lasestaciones de tránsito,paradas de autobús u otrasinsalaciones de tránsito NO SMOKING / NO FUMAR..............................................No smoking allowed within 25 feet of transit stations,bus stops, or othertransit facilitiesNo se permite fumar a menos de 25 pies de lasestaciones de tránsito,paradas de autobús u otrasinsalaciones de tránsito NO SMOKING / NO FUMAR..............................................10/28/22 E 0 0 0 -- N N 0 N ro N ~ w -w 0 .c u t \ \ EX. R61-13(CA)(MOD I CONSTRUCTION NOTES @ REMOVE EXISTING CCXfl.lCTIN3 STRIPING. STRIPING ON A.C. PAVEt.ENT SHALL BE REMOVED BY GR!Nl!N3. STRIPING ON P.C.C. SHAL.l.. BE REMOVED BY WATER BLASTIN3. (D APPLY 6" WHITE BIKE LAt£ Lit£ PER CA-MUTCD FIGl.1£ 3A-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE LAt£ INTERSECTION Lit£ PER CA-MUTCD FIGU£ 3A-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON St-EET 2. © APPLY WHITE THERMOPLASTIC "t£1JETED BICYCLIST SYl,BJL" WITH ARROW PER CA-WTCD FIGUlE 9C-3 B -t-EUIETED BICYCLIST SYlollOL. @ FlllNISH ANJ INSTALL t£W SIGN ON EXISTING STREET LIGHT POLE USING STOOARD CITY OF CARLSBAD APPROVED MOlffl!N3 BRAO<ET WITH STRAPS. BOTTOM OF LOWEST SIGN SHALL BE MINIU 7' FROM FINISI-ED SU<FA!l:. SHIFT EXISTING SIGNS AS t£<1:SSARY. SIGNS PER PLAN. @APPLY WHITE THERMOPLASTIC PAVEt.ENT MARKl!'-1; TYPE IV ARROW PER CA-WUTCD FIGUlE 38-24 (CA). @) APPLY 6" WHITE DIAGONAL HATCHING AT 45 DEGREES AT 40' SPACING. EXISTING SIGNS SPEED LIMIT 45 R2-1(45) TURNING ,. VEHICLES "W'To~ RI0-15 W73A(CA)(L) RIGHT LANE MUST lURN RIGHT R3-7 ltlill PARKING ANY TIME R26(CA) OM1-3 --R/W-- -R/W----- 2 RIGHT LANES MUST l\JRN RIGHT R3-7(MOD3) ONLY ONLY ONLY ONLY R4-7 R61-13(CA)(t.«lD) W3-3 ~ BREEZE "BREEZE BUS SIGN" "BREEZE BUS SIGN 309 It 323" ® BIKE LAtf: R7-9A W14-2 TRAIL PARKING "CUSTOM N" EX. "BREEZE BUS SIGN 309 It 323" 4 EX. 'CUSTOM N" I I I EX. R3-7 • I I I I ____ __; MOD3) PROPOSED SIGN LEGEND BEGIN RIGHT l\JRN LANE ~ YIELD TO BIKES R4-4 (36 X 30) .j. ~ c) c) ¾> i 1 \ • "BREEZE BUS SIGN' -1(45) -9A I \ I I I I I I EX. R26(CA) I ' EXISTING BARRICADE / .,.. ---- 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 ---- --R/W-- --- -----f<./W-- .---------1------t--------------j-----------j-------t---------l ~1 ,c_, 1_T_Y_o_F_c_l"'_R_L_:::,_B_A_D __ s_HLJ_E1_JT_s ~ _ TRANSPO~TATIO~ DEPARTMEN- APFRO'✓[D GREEN PAINT BIKE LANE ENHANCEMENT PROJECT -/4, 2 ~ Tl IOl,IAS IRM~K J RCE 49J70 EXP 9/30/24 CAE 1---------+--+----------------+------+-----+------I rwm RY: GP PRCJlC I 1,10. 9'.)991 f--o._,,T_E _l_cJI_Tl,_'L-+-_Dt_,T_E ~I_NIT_l,,_L---< Cl IKD □Y: BS JTHER .~PPRC'IAL CITY APPROV.~L R'✓WD BY: CL DATE ICJITIAL REVISION DESCRIPTION .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICEL CAMINO REALFARADAY AVE EL CA M I N O R E A L MATCHLINE - 1 6 + 0 0 SEE BELOW R I G H T MATCHLINE - 1 6 + 0 0 SEE ABOVE L E F T DWY D W Y D W Y No smoking allowed within 25 feet of transit stations,bus stops, or othertransit facilitiesNo se permite fumar a menos de 25 pies de lasestaciones de tránsito,paradas de autobús u otrasinsalaciones de tránsito NO SMOKING / NO FUMAR.............................................. 10/28/22 E 0 0 0 -- N N 0 N ro N ~ w -w 0 .c u CONSTRUCTION NOTES @ REMOVE EXISTING Cot.fl.ICTING STRIPING. STRIPING ON A.C. PAVEt.£NT SHALL BE RE~VED BY ffi!NDING. STRIPING ON P .C.C. SHALL BE REMOVED BY WATER BLASTING. (D APPLY 6" WHITE BIKE I.ME Lli'E PER CA-MUTCD FIGLRE 3A-112 (CA), DETAIL 39. @APPLY 6" WHITE BIKE I.ME INTERSECTION LINE PER CA-MUTCD FIGLRE 3A-112 (CA), DETAIL 39A. @APPLY ffiEEN TRAFFIC PAINT PER DETAIL "A" 00 OCTAIL "B" ON Sf-EET 2. © APPLY WHITE TI-ERMCRASTIC "1£U,£fED BICYCLIST SYt.Bl..." WITH ARROW PER CA-MUTCD FIGLl<E 9C-3 B-IELMETED BICYCLIST SYm... @ FUsNISl-1 Al'O INSTALL NEW SIGN Al'O POST. BOTTOM CF" LOWEST SIGN SHALL BE MINIMlM 7' FROM FINISl£D S\JlFACE. SIGN POST Sl-lALL BE SQUARE PERFOOATED STEEL lUBING WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL STANDARD DRAWING M--45. EXISTING SIGNS SPEED LIMIT 40 R2-1(40) R7-9 OM1-3 RIGHT LANE MUST TURN RIGHT R3-7 ® BIKE LAtf: R7-9A N-1(CA) R4-7 @ &ki BIKE LANE R7-9A(t.D)) r' "BUS SIGN 309" I[ 1 ONE WAY>II R6-1(R) TRUCK ROUTE ~ R14-1(1.«ll) __ ..,_ Slplallbll'1,1llltl Qty of CClrlllb<ld "CUSTOM O" W3-3 -I - / PROPOSED SIGNS BEGIN RIGHT TURN LANE r? YIELD TO BIKES R4-4 (36 X 30) ( EX. R3-7 I I I I EX. R3J7 I ~ co ~ ~ . N -~ I I I I I I II I ~ U) . --~ I I I I I I I I ~ N -~ I I I I I I I I ! I I I I j I I I ~ ~ ~ --------. -. . "' "' . . "' • I 0) 0 .-·':or · 0 ..-· .-_ .-.-o 0.-.-0..-- . R7-9 ~X. R7-9 I I --..... -, ..... --.--~ i ~ _,...,1-1-1 I I I I I I I I I I ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ DATE ICJITIAL 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 f\J,:;1~1 I I< 01 WOI/K PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 REVISION DESCRIPTION EX. W3-3 r- 1 I I I I I I I I I I I I I I I r/ I I I / I I I ~ • ftJ f · W3-3 1 /~/1/ I I I a ,, 11 1 / I I I I I I I L[] ~ APPRG\l[D CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT - ~2~ Tl lmAAS IRA\JK ✓ CITY rnmJEE" RCE 49070 EXP.9/30/24 DATE rwm RY: GP PRCJlC I 1,10. 8R.~ WING NO. 0/\TE l~JITl1\L D/\ TE INITI/\L Cl IKD DY: BS JTHER .~PPRC'IAL CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· TRAFFICRISING GLEN WY CARLSBAD V I L L A G E D R COLLEGE BL V D TAMARACK AVE CASSIA RD POINSETTIA LA N E CELINDA DR No smoking allowed within 25 feet of transit stations,bus stops, or othertransit facilitiesNo se permite fumar a menos de 25 pies de lasestaciones de tránsito,paradas de autobús u otrasinsalaciones de tránsito .............................................. 10/28/22 E 0 N N 0 N ro N ~ w -w 0 .c I I I 11111\ 11 \ , \ \\, \ I 1 \ I \ I I \ \1 \ \ \ ii \ \ Gl \ \ ~ "I I I \ I I I I I \ Lf _1_ c:1\J,_ I;;;;;; \ I in 1 .. _ ~-,..... U) N tt) ,.,.: . -----... ~ I t:. ~ ~ I~ ~ ~I I ~J,-,1 I I I I I I II i EX. R4-7 OM1-3 T -- II ~ ~ Ill Ill ~ ~ ~ ~ EXISTING SIGNS CONSTRUCTION NOTES STOP R1-1 R7-9 [NQl PARKING ANY TIME R26(CA) Trail~ "TRAIL" SIGN (R) @ REMOVE EXISTING cafl!CTING STRIPING. STRIPING ON A.C. PAVEMENT SHALL BE REl,IIVEO BY GR!Nlll'll. STRIPING ON P.C.C. SHALL BE REMOVED BY WATER BLASTING. @ APPLY 6" WHITE BIKE LANE INTERSECTION LINE PER CA-MUTCO FIGUE 3A-112 (CA), DETAIL 39A. @APPLY GREEN TRAFFIC PAINT PER DETAIL "A" OR DETAIL "B" ON SIEET 2. © APPLY WHITE THERMOPLASTIC "fEIJ,£TEIJ BICYCLIST SYl,flQL" WITH ARROW PER CA-t.tJTCO F!GlJ<E 9C-3 B-tELIETID BICYCLIST SYMOO.... SPEED LIMIT 35 R2-1(35) ® BIKE LME R7-9A S1-1 \ I I EX. R1-1 SPEED LIMIT 40 R2-1(40) @ ~ SIKEL.ME R7-9A(MOD) W3-3 R4-7 :~~~~,. "o/Toi\ R10-15 Oll1-3 R5-2 EX. R:Z-1(40) AUTHORIZED VEHICLES ONLY R5-11 ROAD CLOSED TO OVER 7 TONS G.V.W.R. 111RU 1RAFFIC R11-4 R200-1 (MOD) Q 121_-t N-1 (CA) "BUS SIGN 323" ~~ O,t ~~ J. ~ ~ 'f, i r'lll >i .,. "" ♦P * .r},;--CIVIi. '/\-~ '1£ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 87' R 40 I DATE ICJITIAL f\J,:;1~1 I I< 01 WOI/K REVISION DESCRIPTION EX. "TRAIL SIGN" (R) S1-1 R7-9A(MOD) 0/\TE l~JITl1\L JTHER .~PPRC'IAL I c;19 I CITY OF Ci\RL:::,BAD SHEETS 21] TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT A,7 r~OVED /46:z A~ T -,Ol,IAS FRNJK / CITV cl1Gll,EER RCE 49070 EXP,9/30/24 O_AT rwm RY: GP PRCJlC I 1,10, 8R,~ WING NO, D/\ TE INITI/\L Cl IKD □Y: BS R\/vVD BY: CL 9'.)991 uvvi:..; '.J-59-':j CITY APPR0\/1"\L liL.-----------------------------------------------------------------------------------------------------------------------... TRAFFICOAK AVE HARDING ST CHESTNUT AVE MADISON ST TAMARACK AVE JEFFERSON ST CarlsbadCity of Beach .6mi Train Station 1.1mi Library 1.2mi Village .9miBeach .5mi No smoking allowed within 25 feet of transit stations,bus stops, or othertransit facilitiesNo se permite fumar a menos de 25 pies de lasestaciones de tránsito,paradas de autobús u otrasinsalaciones de tránsito .............................................. 10/28/22 E 0 N N 0 N ro N ~ w -w ~ .c u [ CONSTRUCTION NOTES @ REl,(JVE EXISTlf\13 Cctfl!CTING STRIP!f\13. STR!Plf\13 ON A.C. PAVOENT SHALL BE REMOVED BY GR!t-011113. STR!Plf\13 ON P.C.C. SHALL BE tE.«lVED BY WATER ELAST!f\13. G) APPLY 6" WHITE Bil<E LANE LINE PER CA-IIJTCO F!Glff: 3A-112 (CA). DETAIL 39. @ APPLY 6" WHITE Bil<E LANE INTERSECTION LINE PER CA-wrco F!Glff: 3A-112 (CA), DETAIL 39A. @ APPLY GREEN TRAFFIC PAINT PER CETAIL "A" OR DETAIL "B" ON Sl£ET 2. © APPLY WHITE TtERMa'LASTIC "1£LIETED BICYCLIST SYm... • WITH ARROW PER CA-MUTCO FIGUE 9C-3 8-IELIETED BICYCLIST SYm.... (24') 9 .-+-----1 (24') EXISTING SIGNS SPEED STOP LIMIT RIGHT LANE 25 MUST TIJRN RIGHT R1-1 R2-1(25) R3-7 S1-1 W3-3 W4-2 g ] AHEAD 3211 [( W16-9P CJ.i1-3 "BUS SIGN 325" DO NOT PASS R4-1 CROSS TRAFFIC DOES NOT STOP W4-4P NO PARKING OF OVERSIZED VEHICLES OR TRAILERS AU. CITY STREETS I. CITY PARKIIIIG LOTS 2AM-6MI CVERBIZEDVEHICLE8 EXaEDING Z! FEET IN LEltGTli OR 7 FEET IN HEIGHT AAIJ 7 FEET IN WICITH ARE Fffllttl8rTEIJ EllGEF'TBT ~ENMrT PIOKIJPTFOJOlltilKJYIINSN<D • ..,..,.'"'""'-=-------- "CUSTOM H" EX. R1-1 W4-4P EX. R81(CA) R4-7 WB-2 I c "CUSTOM p• ~~-- . Lt) c:o II) - ~ -1 - "' I II I ' .!..; 11 II) 3: ... ~ -~~ I io • I ...; ~ EX. R32D(CA)(MOO) ~ ~ I I EX. "BUS SIGN 325" I i --"' .Ii io ... 00 .:::. -- II) ~ "' I I 11 QBE Wti(>JI R6-1(R) W9-2(L) "CUSTOM Q" EX. R1-1 W4-4P (20') (20') ® BIKE LM[ R7-9A w11-2 ,~ 11 "C\JSTOM R" I it "C\JSTOM s• NO~ PARKING , .... _ , .... ...,..., R30(CA)(MOO) W16-7P(L) ' 1~ ' "CUSTOM T" ' 1~ ' "CUSTOM U" I' 3:: EX. "CUSTOM P" "' "CUSTOM Q" "CUSTOM R" EX. R30(CA)(MOD I I 11 (20'4 ,,.., ii --_-_-_R_/_W----~----~~------"-------------"-~/-/---+---EX. R4-1 EX. W9-2(L) W4-2 (7') ~ I I EX. S1-1 IW16-9P EX. R2-1(25) I -- _,c.2 ______ (10' )_,c.2 ________ ,c.2____ . R4-7 j (15') (10') 1-3 (11') --~-~ -..,.C:::(-11 ··--c)=--,--_--. -(-----()+i-------, □--./--1~;=:;;~~~-=,j5__:__:__~ EX. R4-7 4 /// ___ .EX. R6-1 R -I.+-+--+-'-" -J-VNI.IES) CJ.i1-3f½------~//~~~~~-,2)-(10') ,$-I (10') (13.S') (10') =.~ .. ~ ..... ~-----(7' )--'.': ( 18') --+------=---+'__...__.'=1-_.._-=---=----'fc -ecl EX. W3-3 R/W-__ _ ( EX. R7-9A 3 7AM-6PM (510 EXCEPT SIJN-HOL BIKE LANE R320( CA )(MOO) R81(CA) W16-7P(R) ,~ I "CUSTCJ.i V" ' \ ~ ~ EX. R2-1(25) 1- t (20') 18') I ~~J-~ ~ 'f, g ~Q >i .,. "" :i() * J'~ CIVIi. ':\.~ £ Of C~l\''ti <I>. ~ 5973 AVENIDA ENCINAS, SUITE 218, ~LSB,\ll, CA 92008 PHONE: 760-602-4290 WWW.STCTRAFFIC.COl.1 DATE f\J,:;1~1 I I< 01 ICJITIAL WOI/K EX. "CUSTIJA P" "CUSTOM Q" "CUSTOMS" "CUSTOM T" "CUSTOM U" "CUSTOM V" - --R/W-- 12 REVISION DESCRIPTION 0/\TE l~JITl1\L JTHER .~PPRC'IAL I I ¼ -J I ~ ~ I c:o ~ S:! c:o ~ ~ ,..~1 "-"' "' "' I ~ ~ I I I -R/W----J -----R/W- EX. R1-1 (20')11 (20') (2_0'_) __ -I ___ ~H+ (20') ~ I I EX. R1-1 p~~~~~~~~~ o:~--- -R/:. w11-2, ~ 11 II~ ... EX. w11-2.--R/W- WlG-7P W16-7P ( OOUELE SIDED) ( DOUBLE SIDED) S~ll 20 I I ir I I I f I I i I ~ "' CITY OF Ci\RL:::,BAD TRfaJJSPO"TATIO~ DEPARH,IEN- GREEN PAINT BIKE LANE ENHANCEMENT PROJECT - SHEETS 21] APFROV[D /4, 2 ~ Tl IOl,IAS IRMJK J CI-Y E~GIIJEER RCE 49J70 EXP 9/30/24 CAE rwm RY: GP PRCJlC I 1,10. 8R.~ WING NO. D/\ TE INITI/\L Cl IKD DY: BS CITY APPR0\/1"\L R\/v\lD BY: CL 9'.)991 uvvi:..; '.J-59-':j .2 .. ----------------------------------------------------------------------------------------------------------------------------------------· RESOLUTION NO. 2023-039 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, EXTENDING THE PROCLAMATION OF BICYCLE, E-BICYCLE AND MOTORIZED MOBILITY DEVICE SAFETY LOCAL EMERGENCY IN THE CITY OF CARLSBAD UNTIL MARCH 25, 2023, AT 5 P.M., UNLESS OTHERWISE EXTENDED OR TERMINATED BY THE CITY COUNCIL WHEREAS, on Aug. 23, 2022, the Carlsbad City Manager/Director of Emergency Services proclaimed a state of local emergency in response to an alarming increase (233%) in collisions involving bikes and e-bikes since 2019; and WHEREAS, on Aug. 30, 2022, the City Council of the City of Carlsbad, California, adopted Resolution No. 2022-214, ratifying the Proclamation of Local Emergency (Attachment A); and WHEREAS, California Government Code Section 8630, subdivision (c), requires the City Council to review the need for continuing the local emergency at least once every 60 days until the City Council terminates the local emergency; and WHEREAS, on Oct. 18, 2022, the City Council of the City of Carlsbad, California, adopted Resolution No. 2022-214, extending the Proclamation of Local Emergency; and WHEREAS, on Dec. 6, 2022, the City Council of the City of Carlsbad, California, adopted Resolution No. 2022-277, further extending the Proclamation of Local Emergency; and WHEREAS, the Proclamation of Local Emergency will expire on Feb. 3, 2022, at 5 p.m., unless earlier extended or terminated by the City Council; and WHEREAS, the plan to address the local emergency is being reviewed and implemented and there remains a bicycle, e-bicycle, and motorized mobility device safety local emergency throughout the City of Carlsbad. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the Proclamation of Local Emergency issued by the Director of Emergency Services (Attachment A) is extended and shall expire on March 25, 2023, at 5 p.m., unless otherwise extended or terminated earlier by the City Council. Exhibit 3 Jan. 24, 2023 Item #13 Page 17 of 47 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 24th day of January, 2023, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder. None. None. None. KEITH BLACKBURN, Mayor CJ�r<'tO�� �HERRY FREISINGER, City Clerk V (SEAL) Jan. 24, 2023 Item #13 Page 18 of 47 PROCLAMATION OF BICYCLE, E-BICYCLE AND MOTORIZED MOBILITY DEVICE SAFETY LOCAL EMERGENCY IN THE CITY OF CARLSBAD, CALIFORNIA WHEREAS, the California Emergency Services Act, including California Government Code Section 8630, and the City of Carlsbad’s Emergency Services Ordinance, including Carlsbad Municipal Code Section 6.04.100(A)(1), empower the City Manager, as the City of Carlsbad’s Director of Emergency Services, to proclaim the existence of a local emergency, subject to ratification by the City Council, when there exists, or there is threatened to exist, conditions of extreme peril to safety of persons and property within the City of Carlsbad. WHEREAS, the Director of Emergency Services finds: 1. Conditions or threatened conditions of extreme peril to the safety of persons and property have arisen within the City of Carlsbad caused by the increased prevalence of e-bicycles (e-bikes), other similar electric or motorized mobility devices, and traditional bicycles on city streets, which has led to increased collisions resulting in injury or death. 2. In 2019 there were 30 collisions involving bicycles or e-bikes reported in Carlsbad. 3. In 2020 there were 62 collisions involving bicycles or e-bikes reported in Carlsbad. 4. In 2021 there were 100 collisions involving bicycles or e-bikes reported in Carlsbad. 5. To date in 2022, 57 collisions involving bicycles or e-bikes were reported in Carlsbad. 6. U.S. traffic fatalities began climbing in 2020 and the deadly trend is continuing. 7. According to estimates by the National Highway Traffic Safety Administration, U.S. roadway deaths rose 10.5% in 2021 and an additional 7% during the first three months in 2022, the highest number for the first quarter in two decades. 8. The increase in deaths is due to speeding, impaired or distracted driving and other reckless behavior. 9. E-bikes are faster and heavier than traditional bicycles and e-bike injuries are more likely to be more severe and require hospitalization than traditional bicycle injuries. 10. E-bikes and similar electric or motorized mobility devices are increasingly used by school age children to go to and from school and for other activities on local streets. 11. Schools in the Carlsbad Unified School District will be opening on August 24, 2022, joining the other schools in Carlsbad and additional education facilities Attachment A Jan. 24, 2023 Item #13 Page 19 of 47 Jan. 24, 2023 Item #13 Page 20 of 47 Bicycle, E-Bicycle and Motorized Mobility Device Safety Local Emergency Page 2 in the region that have already opened or will be opening in the coming days, causing increased traffic on local streets and the potential for additional bicycle, e-bike or other vehicular collisions. 12. To counter the increasing number of bicycle ore-bike collisions, the Carlsbad Police Department increased enforcement and education efforts and, in April 2022, th.e city adopted an ordinance regulating mobility devices, including e-bikes. 13. On June 22, 2022, the Carlsbad Police Department hosted an interagency traffic enforcement day in Carlsbad where 240 traffic citations were issued. 14. Despite these efforts, the city continues to experience e-bike or bicycle collisions with vehicles, including two fatal collisions occurring within the past 17 days. 15. The city needs to continue these efforts and proactively seek out and implement additional measures to reduce the number of collisions involving bicycles or e-bikes while also educating the residents of Carlsbad about the dangers of impaired or distracted driving on our local streets and roads. 16. The City Council of the City of Carlsbad is not in session and will not hold its next meeting until August 30, 2022. NOW, THEREFORE, IT IS PROCLAIMED that a bicycle, e-bike, and motorized mobility device safety local emergency now exists throughout the City of Carlsbad, California. IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of the local emergency, the powers, functions and duties of the emergency organization of the City of Carlsbad are those prescribed by state law, by ordinances and resolutions of the City of Carlsbad and by the City of Carlsbad Emergency Plan. IT IS FURTHER PROCLAIMED AND ORDERED that all City of Carlsbad officials and employees cooperate and coordinate efforts with officials and employees of other political subdivisions and officials and employees of the state and federal government in bringing the conditions underlying the local emergency under control. IT IS FURTHER PROCLAIMED AND ORDERE emergency shall continue to exist for the next 7 days, and thereafter y r tification of the City Council of the City of Carlsbad, until its termination is proclaime b the City Council. Dated: ___ ?_...~~f\J-=-:,,6)""'-=2=2=- adwick, City Manager & Director of Emergency Services Exhibit 4 Jan. 24, 2023 Item #13 Page 21 of 47 DRAFT City of Carlsbad Safer Streets Plan 1 Introduction National traffic safety trends show a dramatic increase in traffic-related deaths, with the first quarter of 2022 showing the highest number of deaths in two decades. Here in Carlsbad, injury collisions involving bikes and e-bikes have increased over 200% since 2019, with roughly half of those being e-bikes in 2022. Community members have requested more neighborhood traffic calming, more enforcement, stricter laws and faster implementation of the city’s program to adapt local streets to current and future uses, which include more biking and walking. The city has recently taken several steps to address these concerns: • Approved a new comprehensive plan to transform the city’s road network to one that prioritizes moving people, not just cars, and prioritized implementation in the city’s annual budget • Completed dozens of projects to slow traffic and expand bike lanes and sidewalks • Passed stricter rules for e-bikes and similar motorized mobility devices • Implemented a public education program focused on safe biking, including e-bikes • Increased enforcement related to roadway safety and traffic violations Despite these efforts, collisions involving bikes and e-bikes in 2022 are tracking at the same unprecedented rate as last year’s high of one collision nearly every three days. With children throughout Carlsbad returning to school in August and given the significant increase in bike and e-bike collisions, the City of Carlsbad declared a local emergency on Aug. 23, 2022, to immediately provide more options, tools and resources to reverse this trend. About this plan This plan provides potential immediate and longer-term actions to address traffic safety in three main areas, often referred to as the three Es of traffic safety: Jan. 24, 2023 Item #13 Page 22 of 47 ENFORCEMENT * Hold all users accountable for following the rules of the road and engaging in safe behaviors. DRAFT City of Carlsbad Safer Streets Plan 2 Strategies and actions Specific strategies, policies and approaches are presented as options according to the following timeframes: Estimated costs Many initiatives in this plan are already funded and able to move forward. Others have funding sources identified in the Capital Improvement Program but require City Council to appropriate funding in this fiscal year. Finally, some options do not yet have funding identified. In these cases, the City Council may choose to appropriate funding from one of the city’s fund balances, seek grant funding, appropriate funding from the General Fund reserve or seek other funding sources. Jan. 24, 2023 Item #13 Page 23 of 47 8/23/22 9/27/22 3/27/23 9/27/23 DRAFT City of Carlsbad Safer Streets Plan 3 Foundational elements The City of Carlsbad has already prioritized traffic safety through its policies, projects, services and special initiatives. Some of these foundational elements include: General Plan Mobility Element Approved by the City Council in 2015, the Mobility Element guides future decisions related to how the city plans the connectivity of the city’s transportation system by identifying the preferred attributes of various street types found in Carlsbad. It incorporates a “complete streets” approach to designing city streets that balances the needs of all users on the street including motorists, pedestrians, bicyclists, children, persons with disabilities, seniors, movers of commercial goods and users of public transportation. It is complementary to other elements within the General Plan. Planned projects The city’s Capital Improvement Program includes 40 planned traffic and mobility related projects to be completed over the next 15 years. Other projects are planned as part of the city’s Sustainable Mobility Plan implementation and the Carlsbad Residential Traffic Management Program. In all the city is currently working on over 100 projects related to traffic and mobility improvements at a cost of about $350 million. Funding for these projects has been appropriated from various sources including gas tax, the TransNet transportation sales tax, and the city’s traffic impact fees. Some of the main projects are listed below in order of the expected completion date. • Tamarack Traffic Calming - Skyline Drive to Adams Street • Tyler Street Traffic Circulation Study • Safe Routes to School Plan – Hope Elementary • Installation of permanent speed feedback signs at 8 locations in the Barrio • Carlsbad Blvd pedestrian improvements between Mountain View Drive and Tamarack Avenue • Melrose Drive right turn lane to westbound Palomar Airport Road • Palomar Airport Road and College Boulevard improvements • El Camino Real widening - Poinsettia Lane to Camino Vida Roble • Kelly Drive and Park Drive complete street improvements • Palomar Airport Road and Avenida Encinas improvements • Traffic signal - Maverick Way and Camino De Los Coches • Las Flores Street at I-5 Traffic Calming • Barrio traffic circles • Village decorative lighting • Beach access repair & upgrades - Pine to Tamarack • Avenida Encinas Coastal Rail Trail and Pedestrian Improvements • El Camino Real right turn lane to eastbound Alga Road • El Camino Real widening - Arenal Road to La Costa Avenue • Terramar Area coastal improvements • Carlsbad Boulevard and Tamarack pedestrian improvements • El Camino Real widening - Sunny Creek to Jackspar • Valley and Magnolia complete streets Jan. 24, 2023 Item #13 Page 24 of 47 DRAFT City of Carlsbad Safer Streets Plan 4 • ADA beach access – Pine to Tamarack • Avenida Encinas and Palomar Airport Road pedestrian access improvement • Camino De Los Coches and La Costa Avenue intersection control • Carlsbad Boulevard pedestrian lighting - Tamarack Avenue to State Street • Carlsbad Village Drive and Grand Avenue pedestrian improvements • Christiansen Way improvements • Valley Street traffic calming • Barrio street lighting • Chestnut Avenue complete street improvements - Valley Street to Pio Pico • Chestnut complete street – Interstate 5 to railroad • Grand Avenue Promenade • La Costa Avenue traffic improvements • State Street and Grand Avenue road improvements • Poinsettia Lane and Oriole Court traffic control improvements • Trail connectivity to Tamarack State Beach • Carlsbad Boulevard realignment- Manzano Drive to Island Way • College Boulevard extension • South Carlsbad Coastline: Road Realignment and Public Spaces Sustainable Mobility Plan Approved by the City Council in January 2021, the Sustainable Mobility Plan implements the Mobility Element of the city’s General Plan and guides the city in expanding and improving safe, healthy and convenient travel options for people of all ages and abilities. It combines projects and programs from 12 previous planning documents into a single strategic plan that includes: Safe Routes to School An approach that includes infrastructure improvements, enforcement tools, safety education and incentives to promote walking, bicycling and carpooling to school. Transportation Demand Management Strategies to encourage Carlsbad workers and residents to walk, bike, ride transit and carpool instead of driving alone. This approach helps the city achieve its sustainability and mobility goals while mitigating congestion and increasing access and connectivity in the transportation network. Local Roadway Safety Plan A framework to systematically analyze and identify areas where transportation safety can be improved and recommend specific safety improvements for all road users. Street Design Guidelines Provides a set of best practices that can be incorporated by the City of Carlsbad to create streets that will serve all users. These guidelines were developed using best practices in street design from Carlsbad, San Diego County, the state of California and around the world. They are intended to evolve and adapt to incorporate new treatments and techniques as they are developed and proven successful. Jan. 24, 2023 Item #13 Page 25 of 47 DRAFT City of Carlsbad Safer Streets Plan 5 Carlsbad Residential Traffic Management Program This program provides a way for city staff to work directly with neighborhoods that have concerns about traffic safety. Based on an initial assessment, staff can utilize one or more approaches to slow down speeds, discourage cut-through traffic, enhance pedestrian and bike safety, and make other changes. Solutions include traffic circles, speed cushions, extending curbs and other measures. Eleven neighborhoods are a part of the program this fiscal year: • Victoria Avenue from Pontiac Drive to Haverhill Street • Highland from Carlsbad Village Drive to Buena Vista Way • Nueva Castilla from La Costa Avenue to Levante Street • Monroe Street from Basswood Avenue to Carlsbad Village Drive • Circulo Sequoia from Camino Junipero to Avenida Diestro • Celina Drive from Carlsbad Village Drive to Chestnut Avenue • Park Drive from Tamarack Avenue to Monroe Street • Hummingbird Road from Sanderling Court to Rock Dove Street • Black Rail Road from Poinsettia Lane to Northern Terminus • Plum Tree Road from Hidden Valley to Aviara Parkway • Carrillo Way from Rancho Brasado to Rancho Caballo Annual streets maintenance projects The city repaves dozens of streets annually, based on conditions, to ensure the 350 miles of city- owned roads are properly maintained. During construction, the city also updates the striping to best serve all the users of the streets. Customized traffic control plans for large events The city minimizes the traffic impact of large events through the coordinated deployment of traffic control devices and special events personnel. Regional coordination and advocacy The city collaborates with agency partners at Caltrans, the San Diego Association of Governments and the North County Transit District on regional projects and long-term planning studies. Public education The city promotes safe driving, cycling and walking through an ongoing public education program that includes social media, videos, workshops and partnerships with mobility groups. Engineering design standards Establishes uniform and best practice policies and procedures for the design and construction of public improvements, which promote safety for all infrastructure users. E-bike ordinance In April 2022, the City Council made Carlsbad the first city in the region with a law specific to e-bikes, e-scooters and other similar mobility devices. The law makes it easier to enforce safe e-bike riding behaviors and includes a provision that allows people to take a safety class in lieu of paying a fine for their first citation. School crossing guard program The City of Carlsbad funds 36 school crossing guards who serve 14 schools in the city, under the supervision of the Carlsbad Police Department. Jan. 24, 2023 Item #13 Page 26 of 47 DRAFT City of Carlsbad Safer Streets Plan 6 Traffic enforcement There is a dedicated Traffic Division within the Carlsbad Police Department to enforce the rules of the road. Immediate actions (completed in 3 months) ________________________ Since the emergency proclamation on Aug. 23, 2022, the city has taken more than a dozen actions. Many are funded through a $2 million budget appropriation made by the City Council when it ratified the emergency on Aug. 30. Others are funded through existing budget appropriations for fiscal year 2022-23. In these cases, staff have accelerated the timing of implementation or temporarily reprioritized other work. Safer Streets Together roll out Developed and implemented a short-term campaign to introduce the community to the Safer Streets Together initiative, including the following activities: • Created Safer Streets Together website within the city’s site to provide campaign information and resources. • Developed traffic safety related messages and engaged with followers on all city social media channels. • Worked with school districts serving Carlsbad and private schools to distribute traffic safety messages to students and parents via email newsletters and school site banners. • Posted campaign banners along city streets and in city parks. • Created displays for city libraries and community centers with QR codes linking to traffic safety related content. • Developed Spanish-language materials and distributed them through the Library Learning Center and school district programs for Spanish-speaking parents. Jan. 24, 2023 Item #13 Page 27 of 47 1!111 .!! II• Bike Safety~ Classes ~ , .... _ .. _. •~·-·•·· ··--·-"·"~---••· ...... _ _._ ......... _. __ .. _ , ____ .. _,., .. H "9t-f'ritn,:lyrrd>ihlnc..;$b..::l·JolnCtycfC-1~ ?ck•O~mtnt ondCreul:ll:3S:in::ioQo01"15(1)(.211orafreework:tloJl~IAbe-v:fi~ol11 w;11hble:ndbftwble~lfr..b:4,~nClltllen.k=ottl'ICrw:l~evo,yonctec-l~ Ule ...... 1htrwatll'9,tli~irlgCl"Oriw.g_ R$\IPl'Jl'lnper~7vlal00ffl:hn;,11,;~ttd'(Qg(,q,= 0 ---..--~ • • ._ ....... , .... ~ ...... .. _ .. _ .. _ ~- DRAFT City of Carlsbad Safer Streets Plan 7 • Sent targeted information to large employers in Carlsbad with information to share with employees. • Attended community events, including Back to School nights, Family Movie Night and the farmer’s market to distribute traffic safety information and engage with community members. Bike lane enhancements Painted about 20 potential conflict points with high visibility green paint at road segments with higher collision activity. Digital roadway messaging Installed 12 digital message boards and 17 speed feedback signs along streets and intersections with higher collision rates. Jan. 24, 2023 Item #13 Page 28 of 47 DRAFT City of Carlsbad Safer Streets Plan 8 Immediate actions The map below shows locations of safety banners, speed feedback signs, digital message boards and green bike lane treatments installed since Aug. 23, 2022. Jan. 24, 2023 Item #13 Page 29 of 47 D Safety banner 0 Speed feedback sign D Message board -Green bike lane treatment • San Marcos DRAFT City of Carlsbad Safer Streets Plan 9 Enhanced enforcement Redeployed Police Department personnel to increase traffic enforcement around schools during beginning weeks of classes. Reassigned two detectives to work overtime each Friday, specifically to conduct traffic enforcement. Diverted one sergeant and two officers from their normal duties to specifically supplement the Traffic Division (to deploy on e- bikes and in a vehicle). Purchased two additional e-bikes for police officer use. Since the emergency was proclaimed and up to Sept 21, 2022, the Police Department has issued a total of 253 warnings and 558 traffic citations, including: • 136 citations and 51 warnings to e-bike users • 22 citations and 32 warnings to bicyclists • 397 citations and 170 warnings to motorists • Three citations to pedestrians Police have also made: • 25 DUI arrests, five involving collisions Immediate actions Cost estimates Funded and underway Category Est. 1-time cost Ongoing cost Estimated completion Safer Streets Together roll out $30,000 No 10/23 Bike lane enhancements $421,000 Yes 11/23 Digital roadway messaging $215,000 No Completed Enhanced enforcement $635,000 No 6/23 Jan. 24, 2023 Item #13 Page 30 of 47 0 I I G --e --e I • I I I DRAFT City of Carlsbad Safer Streets Plan 10 Short-term (completed in 6 months) ________________________________ City staff have developed the following potential actions for the City Council’s consideration. These actions could be completed within six months. Some would require new funding while others could be funded through existing department budgets by accelerating the timing of planned work. Adopt a Vision Zero resolution No cost Vision Zero is a strategy to eliminate traffic fatalities and severe injuries, while increasing safe, healthy and equitable mobility for all. Vision Zero recognizes that the goal of zero roadway fatalities and severe injuries among all road users is bold and daunting, yet setting that goal publicly is important to making real change. To date, 54 cities and counties across the nation have adopted Vision Zero, including Encinitas, La Mesa and San Diego in the local region. Vision Zero strategies The following strategies are part of the Vision Zero approach: • Building and sustaining leadership, collaboration, and accountability – especially among a diverse group of stakeholders to include transportation professionals, policymakers, public health officials, police, and community members • Collecting, analyzing, and using data to understand trends and potential disproportionate impacts of traffic deaths on certain populations • Prioritizing equity and community engagement • Managing speed to appropriate levels • Setting a timeline to achieve zero traffic deaths and serious injuries, which brings urgency and accountability, and ensuring transparency on progress and challenges Although the City of Carlsbad is already following many of the policies recommended in the Vision Zero strategy, making a formal resolution would elevate the importance of these policies and provide a framework for the actions already underway and any additional actions the City Council chooses to add from this plan. Community commitment campaign $42,000 Funded Launch a campaign that creates opportunities for the community to publicly commit to safe roadway behaviors and help promote the social norm around traffic safety to other community members. Encourage participation by providing visual symbols of commitment to reinforce bike, pedestrian and vehicle awareness and safety. • Pledge campaign • Yard signs • Window clings • Video testimonials • Neighborhood “pace” car • Campaign stickers • Other promo items • Testimonials on social media posts and videos Jan. 24, 2023 Item #13 Page 31 of 47e o-+--e DRAFT City of Carlsbad Safer Streets Plan 11 School collaboration $27,000 Funded Develop partnerships with all districts and schools serving Carlsbad to raise awareness of traffic safety. Opportunities could include student rallies, traffic safety night at sporting events, chalk art interactive events and curriculum opportunities such as the Sage Creek Genius Project. Partnerships could also include a student ambassador program, a more in-depth program working with school broadcast programs, tie-ins with the speech and debate clubs and twice-yearly presentations by Carlsbad police officers. Another option is to engage elementary school students in a contest to choose an official traffic safety mascot for the City of Carlsbad, which once produced could appear at schools, libraries and other community events to share traffic safety messages in an engaging way. Business/non-profit partnership program $22,000 Funded Work with businesses, such as bike shops, and local nonprofit organizations to spread the message about traffic safety by displaying posters or window clings and sharing the message to their networks through social media or other methods. Encourage campaign promotion and encourage third-party engagement and support through posters, reciprocal linking program and in-kind donations to be used as incentives for other campaign components. Reach out to potential partners, including: • Driving schools • Insurance companies • Bike shops • Health care providers • Apparel stores • Local civic-minded businesses Mobility organization partnership program $12,000 Funded Create partnerships with local and regional organizations focused on mobility, DUI awareness and other issues related to traffic safety. Engage these groups in sharing messages to the Carlsbad community, co-hosting events, providing workshops and other outreach. This could include outreach to businesses with large employee bases, residents, seniors, teens and other audiences. Video public service announcements $20,000 Funded Develop a series of public service announcements that reinforce safe roadway behaviors utilizing testimonials, graphics and other visuals targeting different audiences and modes of travel. These videos will be adapted for multiple social media channels and could be utilized as part of a paid advertising campaign. Jan. 24, 2023 Item #13 Page 32 of 47 DRAFT City of Carlsbad Safer Streets Plan 12 Upgrade high-pedestrian signal locations $60,000 Funded Reduce vehicle-pedestrian conflicts by allowing pedestrians to begin crossing while vehicles still face a red signal. Countdown pedestrian indications clarify pedestrian crossing times and reduce confusion and ambiguity. Initial phase would include approximately 30 locations. School e-bike certification/permit program No cost Work with the school districts within the city to explore creation of a certification requirement for students to ride their bikes to campus. Students would need to upload proof of attendance at a bike safety class to be able to ride their bicycles to school. Carlsbad Village Faire outreach $5,000 Not funded Create an engaging booth and display for the twice-yearly Carlsbad Village Faire to share information on traffic safety. Police officer Smart Cycling instructor program $2,000 Not funded Police Department will explore with the San Diego County Bicycle Coalition training and certifying police officers in the Smart Cycling program so the Police Department can hold training courses for residents. Install high-visibility crosswalks near schools $800,000 Not funded Address speeding concerns around school areas by making crosswalks more prominent on all city streets designated as “School Streets” by the General Plan Mobility Element and other school-designated (yellow) crosswalks. Will highlight pedestrian crossings at school locations by upgrading marked crosswalks to high- visibility continental or ladder style at approximately 140 locations throughout the city. Evaluate roadway design treatments $50,000 Not funded This strategy would analyze the physical placement of speed control treatments or rumble strips ahead of residential intersections to change drive behavior to be alert when approaching residential intersections, and along the inside buffer area of Class II buffered bicycle lanes. These proposed analyses would include outreach to active transportation user groups and other stakeholders. To address design immunity issues, initial installations would be pilots conforming to the experimental treatments in the California Manual on Uniform Traffic Control Device. Jan. 24, 2023 Item #13 Page 33 of 47 0 e e DRAFT City of Carlsbad Safer Streets Plan 13 Explore opportunities to obtain real time data $100,000 Not funded Understanding Carlsbad roadways and the types of vehicles on the road is an important component of traffic safety and adapting the city’s approach to education, enforcement and engineering. This includes information like traffic flow, speed and mode of transportation. The city is developing an active transportation monitoring report to fulfill the 2019 Sustainable Mobility Plan recommendation to launch the program. The plan is organized around three dimensions of mobility – travel demand, mode share and safety. Reports like this are usually a snapshot in time and provide the city with valuable data. There are new data products that may provide similar data but on a more frequent and closer to real-time basis. Staff proposes to explore opportunities to acquire products that could provide accurate mobility data on a more frequent basis to inform city actions and public education. E-citation expansion $55,000 Not funded Building on the existing use of electronic citations by the traffic division, the Police Department can complete its digital transformation related to writing, tracking, and reporting citations. The technology has proven to increase citation writing speed, improve efficiency and reduce the chance for human error when issuing paper citations and entering them into a database. The acquisition of e-cite printers will allow the remaining patrol officers who manually write paper tickets to use software they already have to write the citation, print it in the field, and give it to the person receiving the ticket. Data is transmitted electronically removing the potential for human error from keying paper citations into a database. This will improve data quality and will help the city in analyzing citation data to support safer streets. Juvenile traffic safety incentive program $1,000 Not funded Create a program in which police officers contact juveniles who are obeying the laws while riding their bikes and e-bikes and reward them with donated gift cards, ice cream, etc. This positive reinforcement program will continue the positive relationships the Police Department has with residents in our city even during times of heavy enforcement. Potential to eliminate cost by engaging business partners who may want to contribute incentives. Jan. 24, 2023 Item #13 Page 34 of 47 e ' •'· ---:•:--... ' 0 0 0 DRAFT City of Carlsbad Safer Streets Plan 14 Short-term actions Cost estimates Funded Category Est. 1-time cost Ongoing cost Est. completion Adopt a Vision Zero resolution n/a n/a 10/22 Community commitment campaign $42,000 No 3/23 School collaboration $27,000 No 3/23 Business/non-profit partnership program $22,000 No 3/23 Mobility organization partnership program $12,000 No 3/23 Video public service announcements $20,000 n/a 3/23 Upgrade high-pedestrian signal locations $60,000 No 1/23 School e-bike certification/permit program n/a n/a 4/23 Not funded Carlsbad Village Faire outreach $5,000 No 5/23 Police officer Smart Cycling instructor program $2,000 No 4/23 Install high-visibility crosswalks near schools $800,000 Yes 1/23 Evaluate roadway design treatments $50,000 No 12/22 Explore opportunities to acquire more real-time data $100,000 TBD 11/22 E-citation expansion $55,000 No 4/23 Juvenile traffic safety incentive program $1,000 No 4/23 Jan. 24, 2023 Item #13 Page 35 of 47 • D D DRAFT City of Carlsbad Safer Streets Plan 15 Mid-term (completed in 12 months) _______________________________ Expanded street resurfacing and restriping $3.7 million Funded Accelerated slurry seal and restriping of major east/west arterial corridors to balance the needs of the users of the streets. Will seal the roadways to improve pavement condition as part of our pavement management program and improve conditions for all the users on the road. The first phase of this strategy includes: • La Costa Avenue – from western city border near I-5 to Fairway Lane • Poinsettia Lane – from Carlsbad Boulevard to Melrose Drive • Cannon Road – from Avenida Encinas to Faraday Avenue • Carlsbad Village Drive – from Interstate 5 to College Boulevard This strategy will reduce the long-term maintenance costs of the restriped road segments by reducing the width of the vehicular travel lanes. The strategy will also include coordinating with Caltrans to improve the road markings for all users through the state highway interchanges. Received and deployed a new striper truck to assist with road striping maintenance efforts. Tamarack Avenue traffic calming $200,000 Funded Kicked off work with community members to identify short-term traffic calming strategies for Tamarack Avenue, between Skyline Drive and Adams Street. Curb extensions were installed and a pedestrian hybrid beacon signal is in the process of being installed at the intersection of Tamarack Avenue and Valley Street. The intersection project is scheduled to be completed in October 2022. Jan. 24, 2023 Item #13 Page 36 of 47 Join us ,- The City d Carlsbad is seeking c \ feedback on s.hort· and long•te,_ reduce speeding oo Ta~rack I Skyline~ 10 Adams Street. Commun ty Mttting Wednesday, Oct. 12 6 to 7:30 p.m. Valley Middle School Gymnasium To leamabout additional<>pp01 provide Ir put, sign up fOf Oll' e, -.u,rhb,du.gov!T More informitio 442-339-275? DRAFT City of Carlsbad Safer Streets Plan 16 Reconfigure arterials $2 million Funded Reconfigure arterial streets including vehicular lane reductions and seal the roadways to improve pavement condition as a part of our Pavement Management Program and enhance conditions for all users of the road. Reconfiguring roadways also reduces the long-term pavement maintenance costs and improves the line of sight for side street users approaching the arterial. This program would be phased, with the first phase including: • Carlsbad Boulevard – from Pine Avenue to southern border near La Costa Avenue • El Fuerte Street – from Faraday Avenue to tie into the existing one vehicular lane in each direction south of Rancho Pancho, excluding the segments approaching Loker Avenue to Bressi Ranch Way • Grand Avenue – from Ocean Street to Hope Way. This would be the first phase to the Grand Avenue Promenade Project to provide short-term benefits until the ultimate promenade improvements are completed. • Poinsettia Lane – from Avenida Encinas to Carlsbad Boulevard • Cannon Road - Avenida Encinas to El Arbol Drive Expand street resurfacing and restriping $2 million Funded Accelerate slurry seal and restriping major east/west arterial corridors to balance the needs of the users of the streets. Seal the roadways to improve pavement condition as part of our pavement management program and improve conditions for all the users on the road. This second phase will include: • Palomar Airport Road – from Avenida Encinas to eastern city border • Rancho Santa Fe Road and Olivenhain Road – from eastern city border to western city border This strategy will reduce the long-term maintenance costs of the restriped road segments by reducing the width of the vehicular travel lanes. Continue to use the new striper truck to assist with road restriping maintenance efforts. Review citywide speed limits for potential reduction $40,000 Funded Review speed limits citywide to determine whether speed limit reductions should occur, in accordance with Assembly Bill 43 (2021). Legislative advocacy for e-bike licensing requirement No additional cost Utilize the city’s existing contracts with legislative affairs specialists to advocate for California Legislature to enact a statute that requires a licensing process and training to ride an e-bike. Jan. 24, 2023 Item #13 Page 37 of 47 0 DRAFT City of Carlsbad Safer Streets Plan 17 Complete Vision Zero plan $150,000 Not funded The Vision Zero Action Plan would formalize the city’s existing and planned actions into actionable, measurable strategies, emphasizing design and policy solutions, including designing Complete Streets and lowering speeds for safety. Each strategy would identify the lead agency responsible, along with supporting and partner agencies, a projected timeline and budget needs. Paid advertising campaign $105,000 Not funded Prepare and implement a multi-media ad campaign that could include public service announcements placed on local cable and streaming services, intro video ads on YouTube, social media advertising, digital banner ads, a mobile digital billboard and print placements. Teen engagement program $34,000 Not funded Effectively reaching the teen audience requires a customized approach that focuses on peer-to-peer communication and engagement. This program will use Office of Traffic Safety research specific to teens to tailor a Carlsbad program that encourages and reinforces safe roadway behaviors. Messages on city assets $16,500 Not funded Utilize city buildings, banner holders and vehicles to display traffic safety messages, including banners, murals and vehicle wraps – all focused on keeping traffic safety at the forefront throughout the city. Travel Safe visitors program $34,000 Not funded Work with Visit Carlsbad, hotel properties, vacation rental owners and local attractions to provide traffic safety information to visitors. Approach LEGOLAND with a potential partnership utilizing the LEGO driving attractions (show your LEGO driver’s license and get a Carlsbad traffic safety promo item at City Hall). Program could include a video public service announcement aimed at visitors that play on in-house hotel TV channels. Mobile digital signage $15,000 Not funded Place safety messages on a mobile digital billboard that can be moved around the city and placed at community events. Jan. 24, 2023 Item #13 Page 38 of 47 e m 0 e e e e DRAFT City of Carlsbad Safer Streets Plan 18 Expedite infrastructure projects $620,753 (annually) Not funded In June 2022, the City Council directed staff to expedite the following traffic-safety related projects: • Barrio Traffic Circles Project • Village and Barrio Lighting Project • Evaluation of making Tyler Street one-way only • Grand Avenue Promenade • Sustainable Mobility Plan projects With additional staff capacity, additional projects could be expedited, including: • Terramar Area Coastal Improvements. • Tamarack Avenue and Carlsbad Boulevard • Kelly Drive and Park Drive Complete Streets Project • Valley Street and Magnolia Avenue Complete Streets Project Resourcing To expedite more traffic-safety related projects, the city could consider delaying projects with objectives other than promoting multimodal safety benefits. Alternatively, the city could expand the size of its engineering staff to increase the city’s capacity to complete projects sooner. Costs listed for this option include the new annual cost of the following positions: • 2 Associate Engineers • 1 Assistant Engineer • 1 Municipal Project Manager • 1 Reclassified Senior Inspector from Inspector Develop access plans for all schools $150,000 Not funded Working with the school districts and administrations, develop access plans for all schools. This strategy will focus on improving safety and efficiency for all modes of travel entering the schools, including the pick-up and drop-off process. Plans are typically led by the parent and teacher associations and the city in an advisory role. The implementation is led by the schools’ PTAs to get ownership and buy-in from parents. Safer Streets data analytics and visualization program $50,000 Not funded Reports on traffic volumes and speeds are usually a snapshot in time and done on an annual basis. This strategy would use existing data to create a way to visualize data so the city could adapt to changing conditions to support enforcement, traffic calming and infrastructure improvements more rapidly. Additional data sources may be necessary to create a robust data product so the acquisition of more accurate and frequent information is included earlier in this plan. Jan. 24, 2023 Item #13 Page 39 of 47 DRAFT City of Carlsbad Safer Streets Plan 19 Speed cushions on streets around schools $1.3 million Not funded Assess speeds on all streets designed as “School Streets” in the General Plan’s Mobility Element and install speed cushions as needed. Update Carlsbad Residential Traffic Management Program $150,000 Not funded Update the Carlsbad Residential Traffic Management Program, including removal of the stop sign option, re-evaluation of qualification criteria and reduction of the number of phases from three to two. The goal of the update is to align it with best industry practices including the recommendations found in the California Manual on Uniform Traffic Control Devices and other applicable city and industry guidelines. Jan. 24, 2023 Item #13 Page 40 of 47 DRAFT City of Carlsbad Safer Streets Plan 20 Mid-term actions Cost estimates Funded Category Est. 1-time cost Ongoing cost Est. completion Expanded street resurfacing and restriping $3,700,000 No 10/23 Tamarack Avenue traffic calming $200,000 No 3/23 Reconfigure arterials $2,000,000 No 10/23 Expanded street resurfacing and restriping (Palomar Airport Road, Rancho Santa Fe/Olivenhain Road) $2,000,000 No 10/23 Review citywide speed limits for potential reduction $40,000 Yes Ongoing Legislative advocacy for e-bike licensing requirement None No 7/23 Not funded Complete Vision Zero plan $150,000 No 3/23 Paid advertising campaign $105,000 No 4/23 Teen engagement program $34,000 No 4/23 Messages on city assets $16,500 No 4/23 Travel Safe visitors program $34,000 No 4/23 Mobile digital signage $15,000 No 4/23 Expedite infrastructure projects $620,753 Yes Ongoing Develop access plans for all schools $150,000 No 12/23 Safer Streets data analytics and visualization program $50,000 No 11/31 Install speed cushions on streets around schools $1,300,000 No 10/23 Update Carlsbad Residential Traffic Management Program $150,000 No 10/23 Jan. 24, 2023 Item #13 Page 41 of 47 e • DRAFT City of Carlsbad Safer Streets Plan 21 Long-term (completed in 1+ years) _________________________________ Community service project plan $20,000 Not funded Work with community service groups to engage them in the traffic safety issue. This could include Boy Scout Eagle projects, Girl Scouts Gold Award, and Rotary and Kiwanis club programs. Each would be approached with the challenge and asked to develop or participate in community-based programs to support a strong social norm around traffic safety in Carlsbad. Entry signage $2,500 to $250,000 Not funded The City of Carlsbad is one of the few cities in the region without monument signs at the city’s main entrances. The city could commission entryway signage and include the expectation that all road users practice good traffic safety behaviors. Alternatively, signage could be placed on existing smaller “Welcome to Carlsbad” street poles with a similar message. Activate CERT, Citizens Academy alumni, trail volunteers $12,000 Not funded Connect with volunteers on the Community Emergency Response Team and Citizens Academy graduates to develop a traffic safety ambassador program in which, after undergoing training, they could serve as neighborhood leads to help promote traffic safety best practices and help educate neighbors on various engineering solutions, such as roundabouts. Experiential community art $38,000 to $150,000 Not funded Partner with artists to develop safety-related murals, chalk art or temporary art exhibits throughout the city, such as: • Mobile art show • Mural project on city-owned buildings, schools or private property participants • Partnership with the cultural arts office for a Cannon Art Gallery exhibit related to traffic safety (the gallery has an existing program with all third grade classes in Carlsbad) • Creative video contest Update the Mobility Element in the General Plan $150,000 Not funded Consider revisions to the Mobility Element to emphasize slower vehicle speeds and increased bike and pedestrian safety. Jan. 24, 2023 Item #13 Page 42 of 47 G G G G DRAFT City of Carlsbad Safer Streets Plan 22 Explore school busing program $44,000,000* Not funded Work with North County Transit District and school districts serving Carlsbad to explore opportunities for school busing programs, including potential partnerships to use innovative transit solutions and a seasonal beach shuttle program. Construct Transformative Corridor Projects $TBD Not funded Transformative Corridors will provide a multi-modal, backbone network of high-quality bikeways, pedestrian facilities and transit services so that Carlsbad residents and visitors have an array of travel options that do not require driving. New community-oriented policing team $914,484 (annually) Not funded Request additional permanent staffing for the Police Department to implement a full- time Community-Oriented Policing Team that would also serve as an e-bike team. This would include four new officers and one new sergeant. Long-term actions Cost estimates Not funded Category Est. 1-time cost Ongoing Est. completion Community service project plan $20,000 No 10/23 Entry signage $2,500 - $250,000 No 10/23 Activate Community Emergency Resource Team, Citizens Academy alumni, trail volunteers $12,000 No 12/23 Experiential community art $38,000 - $150,000 No 12/23 Update the Mobility Element in the General Plan $150,000 No 12/23 Explore school busing program* $44 million Yes 12/25 Construct Transformative Corridor Projects TBD TBD TBD New community-oriented policing team $914,484 Annually Yes 12/23 * Cost for 110 electric buses. Does not include administration, staffing, other costs. Jan. 24, 2023 Item #13 Page 43 of 47 0 G a G a e e e • Approved Education Engineering Enforcement All 3 Es Exhibit 5 Safer Streets - Options Worksheet City staff have provided 44 potential actions for the City Council’s consideration, along with preliminary cost estimates. Additional background about each action is included in the draft Safer Streets Together plan. (See second table below for feedback from of Planning and Traffic & Mobility commissions.) Funded Potential Action Est. 1-time cost A No new B $2.2 M C $48 M Immediate actions1. Safer Streets Together roll out $30,000 2. Bike lane enhancements $421,000 3. Digital roadway messaging $215,000 4. Enhanced enforcement $635,000 Short-term actions5. Adopt a Vision Zero resolution n/a 6. Community commitment campaign $42,000 7. School collaboration $27,000 8. Business, non-profit partnership program $22,000 9. Mobility organization partnership program $12,000 10. Video public service announcements $20,000 11. Upgrade high-pedestrian signal locations $60,000 12. School e-bike certification/permit program n/a 13. Carlsbad Village Faire outreach $5,000 14. Police officer Smart Cycling instructor program $2,000 15. Install high-visibility crosswalks near schools $800,000 16. Evaluate roadway design treatments $50,000 17. Explore opportunities to acquire real-time data $100,000 18. E-citation expansion $55,000 19. Juvenile traffic safety incentive program $1,000 Jan. 24, 2023 Item #13 Page 44 of 47 ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • ~ • • • • • • • • • • • • ■ • • • • Funded Potential Action Est. 1-time cost A No new B $2.2 M C $48 M Mid-term actions 20. Expanded street resurfacing and restriping $3,700,000 21. Tamarack Avenue traffic calming $200,000 22. Reconfigure arterials $2,000,000 23. Expanded street resurfacing and restriping (Palomar Airport Road, Rancho Santa Fe/Olivenhain Road) $2,000,000 24. Review citywide speed limits for potential reduction $40,000 25. Legislative advocacy for e-bike licensing requirement None 26. Complete Vision Zero plan $150,000 27. Paid advertising campaign $105,000 28. Teen engagement program $34,000 29. Messages on city assets $16,500 30. Travel Safe visitors program $34,000 31. Mobile digital signage $15,000 32. Expedite infrastructure projects $620,753 Annually 33. Develop access plans for all schools $150,000 34. Safer Streets data analytics and visualization program $50,000 35. Speed cushions on streets around schools $1,300,000 36. Update Carlsbad Residential Traffic Management Program $150,000 Long-term actions 37. Community service project plan $20,000 38. Entry signage $2,500 - $250,000 39. Activate Community Emergency Response Team, Citizens Academy alumni, trail volunteers $12,000 40. Experiential community art $38,000 - $150,000 41. Update the Mobility Element in the General Plan $150,000 42. Explore school busing program* $44,000,000 43. Construct Transformative Corridor projects TBD 44. New community-oriented policing team $914,484 Annually 1. Cost for 110 electric buses. Does not include administration, staffing, other costs Jan. 24, 2023 Item #13 Page 45 of 47 0 ., ., ., 0 ., ., ., 0 ., ., ., 0 ., ., ., 0 ., ., ., ., 0 ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., ., Commission feedback on Safer Streets Together Plan options The table below shows the actions each commission recommends to the City Council. * Items marked with asterisks were approved and funded by the City Council on Sept. 27, 2022. Potential action Estimated one-time cost Planning Traffic & Mobility 3 Es area of focus 1. Safer Streets Together roll out* $30,000 2. Bike lane enhancements* $421,000 3. Digital roadway messaging* $215,000 4. Enhanced enforcement* $635,000 5. Adopt a Vision Zero resolution* n/a 6. Community commitment campaign* $42,000 7. School collaboration* $27,000 8. Business, non-profit partnership program* $22,000 9. Mobility organization partnership program* $12,000 10. Video public service announcements* $20,000 11. Upgrade high-pedestrian signal locations* $60,000 12. School e-bike certification/permit program* n/a 13. Carlsbad Village Faire outreach $5,000 14. Police officer Smart Cycling instructor program $2,000 15. Install high-visibility crosswalks near schools $800,000 16. Evaluate roadway design treatments $50,000 17. Explore opportunities to acquire real-time data $100,000 18. E-citation expansion $55,000 19. Juvenile traffic safety incentive program $1,000 Jan. 24, 2023 Item #13 Page 46 of 47 20. Expanded street resurfacing and restriping* $3,700,000 21. Tamarack Avenue traffic calming* $200,000 22. Reconfigure arterials* $2,000,000 23. Expanded street resurfacing and restriping (Palomar Airport Road, Rancho Santa Fe/Olivenhain Road)* $2,000,000 24. Review citywide speed limits for potential reduction* $40,000 25. Legislative advocacy for e-bike licensing requirement* None 26. Complete Vision Zero plan $150,000 27. Paid advertising campaign $105,000 28. Teen engagement program $34,000 29. Messages on city assets $16,500 30. Travel Safe visitors program $34,000 31. Mobile digital signage $15,000 32. Expedite infrastructure projects $620,753 annually 33. Develop access plans for all schools $150,000 34. Safer Streets data analytics and visualization program $50,000 35. Speed cushions on streets around schools $1,300,000 36. Update Carlsbad Residential Traffic Management Program $150,000 37. Community service project plan $20,000 38. Entry signage $2,500 - $250,000 39. Activate Community Emergency Response Team, Citizens Academy alumni, trail volunteers $12,000 40. Experiential community art $38,000 - $150,000 41. Update the Mobility Element in the General Plan $150,000 42. Explore school busing program $44,000,0001 43. Construct Transformative Corridor projects TBD 44. New community-oriented policing team $914,484 Annually 1. Cost for 110 electric buses. Does not include administration, staffing, other costs Jan. 24, 2023 Item #13 Page 47 of 47 Jan. 24, 2023 Report on efforts to date •What the latest data show •Launch of pledge campaign Additional actions and funding •Funding options for commission input Contract and proclamation •Ratifying contract for bike lane enhancements •Extending emergency proclamation TONIGHT’S TOPICS Three Es of Traffic Safety All Modes of Travel ACTIONS TO DATESafer Streets Together Plan EDUCATION ACTIONS TO DATE ENGINEERING ENGINEERING ACTIONS TO DATE ENFORCEMENT ACTIONS TO DATE90 DATA INFORMED ACTIONS & OUTCOMES •Community Engagement •Enforcement •Mapping •Geospatial •Project •Injury Collision DATA TO INFORM DECISIONS Injury Collisions 2017-2022 Injury Collision Heatmap Injury Collisions 2017-2022 Digital Message Boards Speed Feedback Signs Traffic Safety Banners Injury Collisions 2017-2022 Injury Collision Heatmap Injury Collisions 2017-2022 Resurfacing and Restriping Traffic Circles Funded Improvements High Visibility Green Paint Injury Collision Heatmap High Visibility Green Paint High Visibility Green Paint Resurfacing and Restriping High Visibility Green Paint Resurfacing and Restriping Signal Timing High Visibility Green Paint Resurfacing and Restriping Signal Timing Traffic Calming High Visibility Green Paint Resurfacing and Restriping Signal Timing Traffic Calming School Zone Restripe and Repaint INJURY COLLISIONS –ALL MODES 27 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 28 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 29 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 30 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 31 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 32 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 33 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 34 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 INJURY COLLISIONS –ALL MODES 35 0 20 40 60 80 100 120 140 Jan-Mar Apr-Jun Jul-Sep Oct-Dec 2017 2018 2019 2020 2021 2022T 2022 TAKEAWAYS •Safer Streets has been focused and data informed •Quarterly comparison of injury collisions since declaration of emergency shows a reverse trend •Comprehensive three E approach is effective •Ongoing monitoring,and analysis will inform a sustainable approach to safer streets WHY A PLEDGE? WHY A PLEDGE? Commitment Make it public Reminders See others WHY A PLEDGE? School site bannersYard sign Testimonials HOW TO GET INVOLVED FUNDING THE CITY’S RESPONSE •$535,000 for overstaffing the Police Department’s sworn positions by four additional full-time officers •$100,000 for police overtime for training and enforcement •$250,000 to buy additional speed feedback signs and electronic messaging boards •$1,115,000 for infrastructure projects and public education $2 million approved Aug. 30, 2022 OTHER SOURCES CIP Program FY 2022-23 Budget Reprioritizing/ Reallocating ADDITIONAL ACTIONS RECOMMENDED Planning Commission •$5,134,737 in one-time costs •$1,535,237 in ongoing costs Traffic & Mobility Commission •$3,436,253 in one-time costs •$620,753 in ongoing costs COMMISSION INPUT CITY FINANCIAL STATUS •Time of transition from growing to maintaining •Time of economic uncertainty •Pension funding •High inflation •Expenditures growing faster than revenues •FY 25/26 projected shortfall •Staff will bring more information with the budget OPTIONS •Tax options •General Fund reserve •Capital grants and non-discretionary resources •General obligation bond •Enhanced infrastructure financing district OPTIONS •No decision needed today •Carlsbad remains financially healthy •Time to develop longer term strategy for managing what’s to come •Opportunity for discussion during budget process 1.Receive a report on actions taken to date 2.Receive a report on funding options 3.Adopt a resolution ratifying contract 4.Extend or end the emergency RECOMMENDED ACTIONS