Loading...
HomeMy WebLinkAboutGranite Construction Company; 2023-06-07; PWS23-2082TRAN Revised 6/12/18 Contract No. 6001-22E Page 1 of 148 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E BID NO. PWS23-2082TRAN -Bidding 0 Revised 6/12/18 Contract No. 6001-22E Page 2 of 148 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 13 Bid Security Form ................................................................................................................ 24 Bidder’s Bond to Accompany Proposal ................................................................................ 25 Guide for Completing the “Designation of Subcontractors” Form ......................................... 26 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 28 Bidder's Statement of Technical Ability and Experience ....................................................... 29 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 30 Bidder’s Statement Re Debarment ....................................................................................... 31 Bidder's Disclosure of Discipline Record…………………………………………… .................. 32 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 34 Contract Public Works .......................................................................................................... 35 Labor and Materials Bond .................................................................................................... 42 Faithful Performance/Warranty Bond ................................................................................... 44 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 46 ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 3 of 148 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 49 1-2 Definitions .................................................... ................................................ 49 1-3 Abbreviations ............................................... ................................................ 53 1-4 Units of Measure .......................................... ................................................ 56 1-5 Symbols ....................................................... ................................................ 57 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 58 2-2 Assignment .................................................. ................................................ 58 2-3 Subcontracts ................................................ ................................................ 58 2-4 Contract Bonds ............................................ ................................................ 59 2-5 Plans and Specifications .............................. ................................................ 60 2-6 Work to be Done .......................................... ................................................ 64 2-7 Subsurface Data .......................................... ................................................ 64 2-8 Right-of-Way ................................................ ................................................ 64 2-9 Surveying ..................................................... ................................................ 64 2-10 Authority of Board and Engineer .................. ................................................ 66 2-11 Inspection .................................................... ................................................ 66 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 68 3-2 Changes Initiated by the Agency .................. ................................................ 68 3-3 Extra Work ................................................... ................................................ 69 3-4 Changed Conditions .................................... ................................................ 72 3-5 Disputed Work ............................................. ................................................ 73 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 79 4-2 Materials Transportation, Handling and Storage ........................................... 83 Section 5 Utilities 5-1 Location ....................................................... ................................................ 85 5-2 Protection .................................................... ................................................ 85 5-3 Removal ...................................................... ................................................ 86 5-4 Relocation .................................................... ................................................ 86 5-5 Delays .......................................................... ................................................ 87 5-6 Cooperation ................................................. ................................................ 87 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 88 6-2 Prosecution of Work ..................................... ................................................ 92 6-3 Suspension of Work ..................................... ................................................ 92 6-4 Default by Contractor ................................... ................................................ 93 6-5 Termination of Contract................................ ................................................ 93 6-6 Delays and Extensions of Time .................... ................................................ 93 6-7 Time of Completion ...................................... ................................................ 94 6-8 Completion, Acceptance, and Warranty ....... ................................................ 95 6-9 Liquidated Damages .................................... ................................................ 96 '-" u Revised 6/12/18 Contract No. 6001-22E Page 4 of 148 6-10 Use of Improvement During Construction .... ................................................ 96 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 98 7-2 Labor ........................................................... ................................................ 98 7-3 Liability Insurance ........................................ ................................................ 98 7-4 Workers' Compensation Insurance .............. ................................................ 98 7-5 Permits ........................................................ ................................................ 99 7-6 The Contractor’s Representative .................. ................................................ 99 7-7 Cooperation and Collateral Work ................. .............................................. 100 7-8 Project Site Maintenance ............................. .............................................. 100 7-9 Protection and Restoration of Existing Improvements ................................. 102 7-10 Public Convenience and Safety ................... .............................................. 103 7-11 Patent Fees or Royalties .............................. .............................................. 110 7-12 Advertising ................................................... .............................................. 110 7-13 Laws to be Observed ................................... .............................................. 110 7-14 Antitrust Claims ............................................ .............................................. 110 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 111 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 112 9-2 Lump Sum Work .......................................... .............................................. 112 9-3 Payment ...................................................... .............................................. 112 9-4 Bid Items ...................................................... .............................................. 116 SUPPLEMENTAL PROVISIONS TO PART 2, 3 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. .............................................. 121 Section 203 Bituminous Materials 203-3 Emulsified Asphalt ....................................... .............................................. 121 203-4 Emulsion Aggregate Slurry .......................... .............................................. 122 203-6 Asphalt Concrete ......................................... .............................................. 122 203-10 Asphalt Pavement Crack Sealants ............... .............................................. 124 Section 206 Miscellaneous Metal Items 206-7 Portable Changeable Message Sign ............ .............................................. 125 Section 214 Pavement Markers 214-4 Paint for Striping and Marking ...................... .............................................. 126 214-6 Pavement Markers ....................................... .............................................. 127 PART 3 Construction Methods Section 302 Roadway Surfacing 302-4 Slurry Seal Surfacing .................................................................................. 128 302-5 Asphalt Concrete Pavement ....................................................................... 137 302-14 Polymer Modified Asphalt Concrete ............................................................ 139 302-15 Asphalt Pavement Repairs and Remediation .............................................. 142 '-" u Revised 6/12/18 Contract No. 6001-22E Page 5 of 148 Section 303 Concrete and Masonry Construction. 303-1 5Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ................................................................ 1446 Section 314 Traffic Striping, Curb and Pavement Markings and Pavement Markers 314-3 Removal of Pavement Markers ................................................................... 145 314-4 Application of Traffic Striping and Curb and Pavement Markers .................. 145 314-5 Pavement Markers ...................................................................................... 146 Section 315 Temporary Traffic Control Devices 315-1 Temporary Traffic Pavement Markers ......................................................... 146 315-2 Temporary Traffic Signings ......................................................................... 147 315-4 Measurement and Pavement ...................................................................... 147 PART 7 Street Lighting and Traffic Signal Systems Section 700 Materials ..................................................................................................... 148 Section 701 Construction ................................................................................................ 148 APPENDICES Appendix A Project Limits within City of Encinitas Appendix B City of Carlsbad Water, Sewer, Stormwater Utilities Appendix C Door Hanger Template 0 Revised 6/12/18 Contract No. 6001-22E Page 6 of 148 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on March 8, 2023, the City shall accept bids via electronic format via 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: Cold mill, pave, and stripe various streets. 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E BID NO. PWS23-2082TRAN ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.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. ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 7 of 148 RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 180 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 180 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. '-" u Revised 6/12/18 Contract No. 6001-22E Page 8 of 148 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 City Clerk’s Office at 1200 Carlsbad Village Drive, Carlsbad, CA 92008-7314. 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 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. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide City with the original bid security. ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 9 of 148 Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low bidders are required to submit original bid security to City within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-responsive. 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 $4,821,000. COMMENCEMENT OF WORK/TIME OF COMPLETION Placement of slurry seal shall not take place within a few days before a storm event nor a few days after a storm event unless Contractor receives written approval from the Engineer. Contractor’s bid costs for placement of overlay and slurry seal must remain firm from the bid opening date through completion of the Project, excluding increases for work that would otherwise qualify as a Changed Condition (Section 3-4) or Change Order unrelated to a storm event restriction on which placement of slurry seal may occur on the Project. 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: Classification A - General Engineering or C12: Earthwork and Paving. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City’s website 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 Contract Administrator a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Contract Administrator and distributed via Planet Bids. 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 ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 10 of 148 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 Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work 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. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 11 of 148 The cutoff date to submit questions regarding this project is 5 p.m. on February 24, 2023. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and made available via the City of Carlsbad PlanetBids portal by March 2, 2023. 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. 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. ,~ 4-. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2023-050, adopted on the 7th day of February 2023. February 8, 2023 Date Graham Jordan, Deputy Clerk l' •+;' Revised 6/12/18 Contract No. 6001-22E Page 12 of 148 City o1 Cartsbad 2022 East•Wesl Corridor Resurfacing and Restripmg (PWS23·20a2TRAN) bidding on 03:30/2023 11 00 AM (POT) Line Item Subtotals Schedule A Schedule B Section Title Grand Total Line Total Pr.ge6 of 6 Printed 05i06/2023 $6,085,713.60 $741,457.40 $6,827,171.00 City of Cari~l>ad Page 4 of 6 2022 East-West Comdor Resurfacing and Reslriping (PWS23-2082TRAN). bickhng on 03.'30(2023 11 00 AM (PDT) Printed 05,0812023 hem Item Type hem Description , Code UOM QTY UnttPrk:e Line Total Response Comment Schedllle A $6,085,713.60 A-1 MobUltatlon STIPULATED 1 S5o,ooo.oo sso,000.00 YH A-2 Public Notification of Work LS $20,000.00 S20,000.00 Yes A-3 Prtpere Wat., PollutJon Control Program LS $10,000.00 $10,000.00 Yu A·• Temporary Drainage Inlet Protection LS $80,000.00 $80,000.00 Yes A-5 Prep11re Traffic eontro, and Detour Plans LS $10,000.00 $10,000.00 YH A·6 Trame Control Plan Implementation LS S.80,62 •. 10 S .. 0,62 •. 10 YH A•7 Street Swfff)lno and Dust Contro4 LS $80,000.00 $80,000.00 VH A·I Clearing t, Grubbing, Weed KIiiing, and Tree Trimming LS $12,000.00 $12,000.00 VH A·9 Survey Monument F._ld SUrvey, Set Refarenc• Ties, Pre-construction Comer Record LS $10,000.00 $10,000.00 Yes 10 A•tO Tie out and Re-tttabUsh Survey Monuments, Post-Construction comer Re<:ord EA 28 $320.00 $8,960.00 Ve1 11 A·11 Remove eilsttno Thermoplastic LS $220,000.00 $220,000.00 VH 12 A-12 Cold Miff 2• AC and Olaposa Grindings -For Patching Throughout Project & Cannon Road Ovttiay SF 909-47 so.so $-45,-473.50 VH 13 A·13 Cold Min 3• AC and Dispose Grindings SF 67-404-4 so.so $337,022.00 VH ,. A-1-4 COnllnJ<t 2" Type 11l•C3·PG M· 1 O·RO AC (WMA Add hive Optlon1l) • For Petchlng Only TON 500 S350.00 $175,000.00 Yes 15 A-15 COMtruct 2• Typt lll·C2·PG 6-4·28PM-R15 AC (WMA Additive OpUonel) (on Cannon Rd. Only) TON 637 $190.00 $121,030.00 VH 16 A-16 Construct 3• Type III-C2-PG 6-4·28PM-R15 AC (WMA Additive Optional) (on la Costa Ave. and Ollvenhaln Ad.) TON 12638 $170.00 $2, 1 48,-460.00 VH 17 A-17 Creek Stal 1treet1 with hot appll.ct crack sealant, crack Halant shall be Elastoflex 670 (Polyskln) (OETACK detacklfer sh8'1 BOXES no $225.00 $173,250.00 VH ba usad on all crack seal lmmedlatefy following appllcatlon) 11 A-11 Routt~ (using Crafco Mode4 30 or approved equal) LS $1,950.00 $1,950.00 v .. 19 A-19 Protect Utlllty Covers, MH, and vautts In place LS $20,000.00 $20,000.00 v .. 20 A-20 Slurry Seal, Type l·PMCOS-1h·EAS w/2.5"' Polymer by Wefght of Residua! Asphalt (lnblke lanes and buffers) ELT 792 $397.00 $314,42-4.00 v .. 21 A-21 Slurry Seal, Type 11-PMCOS•lh•EAS W/2.5"' Pofymfl' by Weight of Residual Asphatt (In l.nlval lanes and tum pocket,) ELT 2197 $360.00 $790,920.00 Yes 22 A·22 Install Dual CUrb Ramps; cattrans std, Plan AHA. Detall A EA Sl0,000.00 Sl0,000.00 Ve, 23 A-23 Install Curi, Ramp; cattran, Std. Plan A88A., Detail B EA $10,000.00 $70,000.00 v., 2• A-24 lnstaM Curb Ramp; C.ltrans Std. Plan AHA. case C EA 510,000.00 $10,000.00 Vel 25 A·25 Tampore,y ptVtmfflt markers LS $30,000.00 $30,000.00 VH 26 A·26 S9llng. striping, Thermo, ¥Id RPMs per Plans and cattrans Oetalls LS $775,000.00 $775,000.00 Yes 27 A·27 Install Blue 'ftra hydrant refttettn pavement markers EA 65 S15.00 $975.00 Yes 21 A-28 Replace water valve and survey monument boxes and adjust to ortdt EA 15 s1.•oo.oo $21,000.00 Yes 29 A-29 Adjust manhole• to grade EA 10 $1,400.00 $14,000.00 VH 30 A·30 Replace/ Add Traffic Signal Oete<lor Loop, Type D EA S.25.00 s•2s.oo VH 31 A-31 Replace Ttaffic S~t Detector Loop, Type E EA $-425.00 $1,700,00 Yes 32 A-32 Replace lnductk>n Loop System and Install Video/ Radar Detection System (La Costa AveJ saxony o,. Intersection) LS S.3,500.00 S.3,500.00 Ve1 Schedule B $741,457.-40 33 8·1 Prepare Water Pollution Control Program LS S500.00 $500.00 VH 3• 8·2 Tempot'acy Drainage Inlet Protection & Washout LS $1,000,00 $1,000.00 VH 35 8·3 Prepare Traffic Control and Detour Plans LS $1,000.00 $1,000.00 VH 36 B·• Tl'lffic Control Plan Implementation LS $34,000.00 $34,000.00 ves 37 •·• str ... Swuplng and Dust Control LS $3,200.00 $3,200.00 Yes 31 8-6 ctearlng &, Grubbing, Weed Kllllng, and Tree Trimming LS $1,800.00 $1,800.00 Yes 39 8·7 Survey Monument F~d surv.,., Sat Refer.nee Tl .. , Pre-Con1truc1k>n Comer Rte0rd LS $1,820.00 $1,820.00 Vu .. •·• Tle out and Ra-establlsh Survay Monuments, Post-ConstrucUon C<>t'Mt Record EA $1,820.00 $1,820.00 Yes •1 B-9 Remove Existing Thennoplastic LS $45,000.00 $45,000.00 Yes 42 B-10 Cofd MIii 2"' AC Ind otspoH Grtndingt -For Patchl1t9 Throughout Project & cannon Road Overlay SF 60891 $0 ... S2•,3SUO vu •3 8·11 ~d MIii 3" AC and OllpoH Grindings SF 59850 so ... S23,9 ... 00 Vu .. B-12 Construct 2• Type Ill-Cl-PG 6-4-10-RO AC (WMA Additive Optional)· For Patching Only TON 138 $300.00 $41,400.00 ve, •s 8·13 Construct r Type III-C2-PG 6-4-28PM·R15 AC (WMA Addftln Optional) {on Cannon Rd. Only) TON 623 S15UO S95,9"2.00 Vu "6 8-1-4 Construct 3"Type lll·C2·PG 6-4·28PM·R1 SAC (WMA Addltlv• Optional) (on la Colla Ave. Only) TON 1122 $132.00 $1-48,10-4.00 Yes •1 8•15 Crack Seal streets with hot appUed crack nalant. crack sealant shall be EJestonex 670 (PofyskJn) (DETACK detacklfer shall BOXES 15 s120.oo $1,800.00 v .. be used on all cr1ck se8' lmmedlatety tollowlng appllcatlon) •• 8·16 Rout cracks (using c,afco Model 30 or approved equal) LS Sl,000.00 $1,000.00 Yes PlanotBids, Inc City of Cnrlsl'>Ad 2022 Easl-Wesl Comdor Resurtacing and Reslnp;ng (PWS23-2082TRANI bidding on 03130/2023 11 00 AM (PDT) ttem# Item Code Type Item Descrlptlon UOM .. B·17 Protect UtJllty Covers, MH, and vautts In place LS 50 B-18 Slurry Seal, Type l•PMCQS• 1 h-EAS w/2.S'llo Polymer by Weight of Residual Asphatt (In bike lanes and buffert) ElT 51 8-19 Slurry Seal, Type U-PMCQS-1 h-EAS w/2.511. Polymer by Weight of Residual Asphalt (In travel lanes and tum pockets) ELT 52 B-20 Temporary panment marke,1 LS 53 B-21 Signing, Striplng, T'Mrmo, and RPM• ~ Plan, and Cattran1 Details LS 5• 8·22 R~ece/ Add Traffic Sjgnal Detector Loop, rype o EA 55 8·23 Rtj>lace Traffie Sign.ti Detector Loop. Type E EA PlanetBfds, Inc QTY Unit Price $500.00 10 S970.00 62 S825.0o $5,000.00 $180,000.00 34 $•25.00 127 $425.00 Line Total $500.00 $9,700.00 S51,150.00 $5,000.00 $180,000.00 su.,so.oo $53,975.00 Page 5 of 6 Printed 05108.12023 Response Comfflfflt Yea Ye, YH YH ... Yes ••• CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 CONTRACTOR'S PROPOSAL The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-22E 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Not in Caltrans Right-of-Way) Item No. Description A-1 Mobilization at Fifty thousand dollars and zero cents (Price in Words) A-2 Public Notification of Work at Twenty thousand dollars and zero cents (Price in Words) A-3 Prepare Water Pollution Control Program at Ten thousand dollars and zero cents (Price in Words) A-4 Temporary Drainage Inlet Protection at Eighty thousand dollars and zero cents (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) {Figures) Stipulated $50,000 1 LS $ 20,000.00 1 LS $ 10,000.00 1 LS $ 80,000.00 5 Item No. A-5 Description Prepare Traffic Control and Detour Plans at Ten thousand dollars and zero cents (Price in Words) A-6 Traffic Control Plan Implementation at Four hundred Eighty thousand, Six hundred Twenty- four dollars and ten cents (Price in Words) A-7 Street Sweeping and Dust Control at Eighty thousand dollars and zero cents (Price in Words) A-8 Clearing & Grubbing, Weed Killing, and Tree Trimming at Twelve thousand dollars and zero cents (Price in Words) A-9 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at Ten thousand dollars and zero cents (Price in Words) A-10 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at Three hundred Twenty dollars and zero cents (Unit Price in Words) A-11 Remove Existing Thermoplastic at Two hundred Twenty thousand dollars and zero cents (Price in Words) A-12 Cold Mill 2" AC and Dispose Grindings - For Patching Throughout Project & Cannon Road Overlay at Zero dollars and Fifty cents (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 28 EA 1 LS 90,947 SF Unit Price (Figures) $ ___ 3_2_0_.00_ $ ____ o._5o_ Total Amount (Figures) $ 10,000.00 $ 480,624.10 $ 80,000.00 ---- $ 12,000.00 $ 10,000.00 $ __ s_,9_6_o_.o_o $ 220,000.00 $ __ 4_5_,4_7_3._50_ 6 Item No. Descri ption A-1 3 Cold Mill 3" AC and Dispose Grindings at Zero dollars and Fifty cents (Unit Price in Words) A-14 Construct 2" Type I I I-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only at Three hundred Fifty dollars and zero cents (Unit Price in Words) A-15 Construct 2" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on Cannon Rd. Only) at One hundred Ninety dollars and zero cents (Unit Price in Words) A-16 Construct 3" Type III-C2-PG 64-28PM- R 15 AC (WMA Additive Optional) ( on La Costa Ave. and Olivenhain Rd.) at One hundred Seventy dollars and zero cents (Unit Price in Words) A-17 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DETACK detackifer shall be used on all crack seal immediately following application) at Two hundred Twenty-five dollars and zero cents (Unit Price in Words) A-18 Rout cracks (using Crafco Model 30 or approved equal) at One thousand Nine hundred Fifty dollars and zero cents (Unit Price in Word s) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 674,044 SF $ 0.50 $ 337,022.00 500 TON $ 350.00 $ 175,000.00 637 TON $ 190.00 $ 121,030.00 12,638 TON $ 170.00 $ 2,148,460.00 770 BOXES $ 225.00 $ 173,250.00 1 LS $ 1,950.00 7 Item No. Descri12tion A-19 Protect Utility Covers, MH, and vaults in place at Twenty thousand dollars and zero cents (Price in Words) A-20 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at Three hundred Ninety-seven dollars and zero cents (Unit Price in Words) A-21 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at Three hundred Sixty dollars and zero cents (Unit Price in Words) A-22 Install Dual Curb Ramps; Caltrans Std. Plan A88A, Detail A at Ten thousand dollars and zero cents (Unit Price in Words) A-23 Install Curb Ramp; Caltrans Std. Plan A88A, Detail B at Ten thousand dollars and zero cents (Unit Price in Words) A-24 Install Curb Ramp; Caltrans Std. Plan A88A, Case C at Ten thousand dollars and zero cents (Unit Price in Words) A-25 Temporary pavement markers at Thirty thousand dollars and zero cents (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1 LS $ 20,000.00 792 ELT $ 397.00 $ 314,424.00 2,197ELT $ 360.00 $ 790,920.00 1 EA $ 10,000.00 $ 10,000.00 7 EA $ 10,000.00 $ 70,000.00 1 EA $ 10,000.00 $ 10,000.00 1 LS $ 30,000.00 8 Item No. Description A-26 Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details at Seven hundred Seventy-five thousand dollars and zero cents (Price in Words) A-27 Install Blue fire hydrant reflective pavement markers at Fifteen dollars and zero cents (U nit Price in Words) A-28 Replace water valve and survey monument boxes and adjust to grade at One thousand Four hundred dollars and zero cents (Unit Price in Words) A-29 Adjust manholes to grade at One thousand Four hundred dollars and zero cents (Unit Price in Words) A-30 Replace/ Add Traffic Signal Detector Loop, Type D at Four hundred Twenty-five dollars and zero cents (Unit Price in Words) A-31 Replace Traffic Signal Detector Loop, Type Eat Four hundred Twenty-five dollars and zero cents (Unit Price in Words) A-32 Replace Induction Loop System and Install Video/ Radar Detection System (La Costa Ave./ Saxony Dr. Intersection) at Forty-three thousand Five hundred dollars and zero cents (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Quantity and Unit 1 LS 65 EA 15 EA 10 EA 1 EA 4 EA 1 LS Unit Price (Figures) $ ___ 1_5_.o_o $ 1,400.00 ---- $ __ 1_,4_0_0_.o_o $ 425.00 ---- $ ___ 4_2_5_.o_o Total Amount (Figures) $ 775,000.00 $ 975.00 ---- $ 21,000.00 $ 14,000.00 $ ___ 4_2_5_.o_o $ __ 1_,7_0_0_.o_o $ 43,500.00 9 SCHEDULE "B" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Within Caltrans Right-of-Way) Item No. 8-1 Description Prepare Water Pollution Control Program at Five hundred dollars and zero cents (Price in Words) 8-2 Temporary Drainage Inlet Protection at One thousand dollars and zero cents (Price in Words} 8-3 Prepare Traffic Control and Detour Plans at One thousand dollars and zero cents (Price in Words) 8-4 Traffic Control Plan Implementation at Thirty-four thousand dollars and zero cents (Price in Words) 8-5 Street Sweeping and Dust Control at Three thousand Two hundred dollars and zero cents (Price in Words) 8-6 Clearing & Grubbing, Weed Killing, and Tree Trimming at One thousand Eight hundred dollars and zero cents (Price in Words) 8-7 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at One thousand Eight hundred Twenty dollars and zero cents (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS Unit Price (Figures) Total Amount (Figures) $ 500.00 ---- $ __ 1 _,00_0_.o_o $ __ 1 _.00_0_.o_o $ 34,000.00 $ __ 3_,20_0_.o_o $ __ 1_,e_oo_.o_o $ __ 1_,e2_0_.o_o 10 Item No. Description B-8 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at One thousand Eight hundred Twenty dollars and zero cents (Unit Price in Words) B-9 Remove Existing Thermoplastic at Forty-five thousand dollars and zero cents (Price in Words) B-10 Cold Mill 2" AC and Dispose Grindings - For Patching Throughout Project & Cannon Road Overlay at Zero dollars and Forty cents (Unit Price in Words) B-11 Cold Mill 3" AC and Dispose Grindings at Zero dollars and Forty cents (Unit Price in Words) B-12 Construct 2" Type I I I-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only at Three hundred dollars and zero cents (Unit Price in Words) B-13 Construct 2" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on Cannon Rd. Only) at One hundred Fifty-four dollars and zero cents (Unit Price in Words) B-14 Construct 3" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on La Costa Ave. Only) at One hundred Thirty-two dollars and zero cents (Unit Price in Words) Contract No . 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1 EA $ 1,820.00 $ 1,820.00 1 LS $ 45,000.00 60,891 SF $ 0.40 $ 24,356.40 59,850 SF $ 0.40 $ 23,940.00 138 TON $ 300.00 $ 41,400.00 623 TON $ 154,00 $ 95,942.00 1,122 TON $ 132.00 $ 148,104.00 11 Item No. Descri12tion B-15 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DETACK detackifer shall be used on all crack seal immediately following application ) at One hundred Twenty dollars and zero cents (Unit Price in Words) B-16 Rout cracks (using Crafco Model 30 or approved equal) at One thousand dollars and zero cents (Unit Price in Words) B-17 Protect Utility Covers, MH, and vaults in place at Five hundred dollars and zero cents (Price in Words) B-18 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at Nine hundred Seventy dollars and zero cents (Unit Price in Words) B-19 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at Eight hundred Twenty-five dollars and zero cents (Unit Price in Words) B-20 Temporary pavement markers at Five thousand dollars and zero cents (Price in Words) B-21 Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details at One hundred Eighty thousand dollars and zero cents (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 15 BOXES $ 120.00 $ 1,800.00 1 LS $ 1,000.00 1 LS $ 500.00 10 ELT $ 970.00 $ 9,700.00 62 ELT $ 825.00 $ 51,150.00 1 LS $ 5,000.00 1 LS $ 180,000.00 12 Approximate Total Item Quantity Unit Price Amount No. Descri12tion and Unit (Figures) (Figures) B-22 Replace/ Add Traffic Signal Detector 34 EA $ 425.00 $ 14,450.00 Loop, Type D at Four hundred Twenty-five dollars and zero cents (Unit Price in Words) B-23 Replace Traffic Signal Detector Loop, 127 EA $ 425.00 $ 53,975.00 Type Eat Four hundred Twenty-five dollars and zero cents (Unit Price in Words) The City of Carlsbad shall determine the low bid based on the sum of Schedules "A" and "B''. After the low bid has been determined, the City may, at its sole discretion, award the Contract based on the total of both schedules or on the total of Schedule "A" alone. Price(s) given above are firm for 180 days after date of bid opening. Addendum(a) No(s). _1....:.,_2-'-,_3.,_, _4 _____ 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 89 , classification A,B,C8,C12 which expires on 5/31/2023 , and Department of Industrial Relations PWC registration number 1000000085 which expires on 6/30/2025 , 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 Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 13 employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is __ 1_:0_0/c_;._o_B_id;..._B_o_nd ________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: N/A (1) Name under which business is conducted _________________ _ (2) Signature (given and surname) of proprietor ________________ _ (3) Place of Business __________________________ _ (Street and Number) City and State __________________________ _ ~)~pC~e _______ _ Telephone No. _____________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 14 IF A PARTNERSHIP, SIGN HERE: N/A (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business __________________________ _ (Street and Number) City and State __________________________ _ ~)~pC~e ______ _ Telephone No. ______________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 15 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Granite Construction Company Angell Reyna, Senior Estimator (Title) (3) Incorporated under the laws of the State of __ C_a_li_fo_r_ni_a ____________ _ (4) Place of Business __ 5:....:8:....:6:....:0_E_I_C:....:a:....:m_in_o'--R:....:e:....:al"'-, :....:#2::..0:....:0::....:--____________ _ (Street and Number) City and State San Diego, California (5) Zip Code __ 9_2_0_0_8 ____ _ Telephone No. __ 7_6_0_-4_4_4_-1_0_2_8 ______ _ (6) E-Mail __ _.,,,g_ra_n_it_e_.s_a_n_d_ie_.,,,g_o@=g~c_in_c_.c_o_m _________________ _ 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: Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 16 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 validitv of that document. State of California County of Ventura On March 23, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _A_n_g_e_l_l _R_e_yn_a _____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ·········-r t:i&-......i"O~· Nota~W~~~li~~~K~~~ornia r V•ntura County ! Commission # 2283'58 - Signature ~[? ~L My Comm. Expirts Mar 29, 2023 (Seal) GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRET ARY RESOLVED, that, effective January 1, 2023 through December 31 , 2023, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $ 7 5 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31 , 2023, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company in excess of $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January J, 2023 through December 31 , 2023, the individuals named on the attached Exhibit 1 and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January 1, 2023 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: Dated: January 1, 2023 EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group South Coast Region AUTHORIZED SIGNERS Scott McArthur, VP Regi onal Operations Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Heddinger, Area Manager Brian Lari nan, Chief Estimator Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Lonnie Wall, Regional Contro ller ATTESTORS Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Heddinger, Area Manager Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Susan Corkill, Estimating Assistant Nadine Albert, Office Manager Tamara Gelinas, Office Manager Denise Tencza, Office Manager Lonnie Wall, Regional Controller Matt Beiswenger, Construction Manager Jon Ham i !ton, Construction Manager Greg Pitzer, LP Project Manager Grace Fry, Project Manager Jon Gonzalez, Project Manager Carlos Ruvalcaba, Project Manager EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Larkin, President & CEO Elizabeth L. Curtis, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Kenneth 8. Olson, Senior Vice President of Corporate Finance & Treasurer Brian R. Dowd, Senior Vice President Group Operations Michael G. Tatusko, Senior Vice President Group Operations Bradley J. Williams, Senior Vice President Group Operations BID SECURITY FORM (Check to Accompany Bid) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of _______________________ _ ______________________ dollars($ ______ __,, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid .) l'\ •+;' Revised 6/12/18 Contract No. 6001-22E Page 24 of 148 BIDDER'S BOND TO ACCOMPANY PROPOSAL 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E KNOW ALL PERSONS BY THESE PRESENTS: That we, Granite Construction Company , as Principal, and Travelers Casualty and Surety Company of America , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of Bid Amount for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assign~'\~~illa)U1,, and severally, firmly by these presents. ~..,,. ~E CoJ.1,,. ~ ~• ~ ry!IS\ ,,. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the pr/ . ~ftttd.)i\,i?;1 above-bounden Principal for: : \' ~ o1C.: -... i' ""~ ~~ 0 - 2022 EAST-WEST coRRIDOR RESURFACING AND RESTRIPING 1* ~ tr~§"! CONTRACT NO. 6001-22E -,,. ..,~ ~~ ,$' ~ ~•+i.t ... o"-3 ,, in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly :~f~~:.,,,,,,, and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this __ 6_th ___ day of _M_a_rc_h _________ ,, 20_2_3_ Travelers Casualty and Surety _C-""--"'-o,.,_mll>'p""a""'n.,_y ..,.o"-f wA,_,_m...,,eu...ri,.,,.c..._a _____ (.SEAL) (Surety) By: ___ ( i'AA.~~~~"""""--~ _ (Signature) _G_r_a_n_ite_C_o_ns_t_ru_c_tio_n_C_o_m..;._p_a_;ny'---___ (SEAL) ~ _ (Principal) By: --,.~~---=--'fc::;-1---~ --=-.--______ _ I ~- Angell Reyna, Senior Estimator Isabel Barron, Attorney-In-Fact (Print Name!Title) (Print Name!Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. MCMAHON City ~ By: ~~ ., f.+r Revised 6/12/18 Contract No. 6001-22E Page 25 of 148 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 Ventura On March 10, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _A_n_g_e_l_l _R_ey_n_a _____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ &~ 1············1 • , , SlJSAN CORKILL : ? ' ~•,. •,. Notary Public • California z ~ ! -·•• : Ventura County ~ :z \ • · · • Comm in ion # 2283558 - .,., •••• My Comm. Expires Mar 29, 2023 (Seal) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to wluch this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz On March 6, 2023 before me, Maria Gomez, Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ ~~ Maria Gomez, Notary Public ->\(,._J'l>. 0 O O MARIA0G0°MEZ O O t . COMM. #2414077 z Notary Public -California e5 Santa Cruz County ~ M Comm. Ex ires Se . 24, 2026 (Seal) ~ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine I nsurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the forego ing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and f\W'~\!'1'~;: of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any su~~~rS;IJ~y{t,J and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with ,tt~~•to·•a"riy't7eir:~";,. understanding to which it is attached. f -..., ,/ ·· ... %,: ~~ :::$: ·.-o~ ::_,: '--;p~ I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the ~*f fllbiRlf~~D, ~ z '§ true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. ~ ~ :_ CONN. J ~ § Dated this March 6, 2023 \t}-.. .-·~ -,.,/ '-;. ~.,,• .•• __ .-·•':\.">; ,.,$' ;,.., •t p,'J,., .,.., ""..Jf'\\V ,_, ,, Q'J_ * ",J ,,, ,,,,, ,,,, ,,,,,, .. 11,11111 ff~~~ t Kevin E. Hughes,AssJtant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney(s}-in-Fact and the details of the bond to which this Power of Attorney is attached. GRANITE CONSTRUCTION COMP ANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related docwnents prepared and submitted on behalf of the Company in excess of $7 5 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 1 and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January 1, 2023 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article ill, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: Dated: January 1, 2023 EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group South Coast Region AUTHORIZED SIGNERS Scott McArthur, VP Regional Operations Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Reddinger, Area Manager Brian Lari nan, Chief Estimator Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Lonnie Wall, Regional Controller ATTESTORS Andrew Burk, Area Manager Joe BuckJey, Area Manager Michael A. Reddinger, Area Manager Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Susan Corkill, Estimating Assistant Nadine Albert, Office Manager Tamara Gelinas, Office Manager Denise Tencza, Office Manager Lonnie Wall, Regional Controller Matt Beiswenger, Construction Manager Jon Hamilton, Construction Manager Greg Pitzer, LP Project Manager Grace Fry, Project Manager Jon Gonzalez, Project Manager Carlos Ruvalcaba, Project Manager EXHIBIT2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Larkin, President & CEO Elizabeth L. Curtis, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Kenneth B. Olson, Senior Vice President of Corporate Finance & Treasurer Brian R. Dowd, Senior Vice President Group Operations Michael G. Tatusko, Senior Vice President Group Operations Bradley J. Williams, Senior Vice President Group Ope1:ations Revised 6/12/18 Contract No. 6001-22E Page 26 of 148 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 deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 27 of 148 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. '-" u DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion and and Email Registration License No. and Work by of Work Subcontract Location of Business Address No. Classification or in Dollars* A22. A23 California Professional Engineering, Inc. 626-810-1338 1000377609 793907 $114,050.00 A30, A31 , A32 19062 San Jose Ave estimating@cpe Class: C-10, C-20 La Puente, CA 91748 engineeringinc.com A6 (P), A20, Pavement Coatings Co. 714-826-3011 1000003382 303609 $1 ,408,444.00 A21 , B4 (P), 10240 San Sevian Way mailshie@pavemenl Class: A, C-32 B18,B19 Jurupa Valley, CA 91752 recycling.com A17,A18, Pavement Rehab Co. 714-238-1444 1000064823 1051374 $178,000.00 B47,B48 1181 Princess Ct. tim@paverehabco. Class: A, C-8, C-1 2 Costa Mesa, CA 92626 com A11, A26, Payco Specialties Inc. 619-422-9204 1000003515 298637 $1 ,220,975.00 A27,B9,B12 120 North Second Ave jeremy@payco.biz Class: C-32 Chula Vista, CA 91910 Page _1_ of _1_ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ., fa., Revised 6/12/18 Contract No. 6001-22E Page 28 of 148 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 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 Employer No. of Person to Type of Work of Completed Contract Contract Please see attached List of Projects (.'\ •,;' Revised 6/12/18 Contract No. 6001-22E Page 29 of 148 GRAnlTE" Granite Construction Company -South Coast Region PUBLIC PROJECTS· 5 Years Name and Address of Owner Name, Location of Project, and Kind of Work Owner Contact Contract Completion Amount Date County of San Diego Gillespie Field Vehicle Service Road to West Transient Lucas Rathe, PE $1,189,422 On-going 5500 Overland Ave, #300 Ramp Project 619-755-9596 San Diego, CA 92123 Project No. 1025188 858-694-2212 SCOPE: Construct a new segment to the existing vehicle service road (VSR) around the Gillespie Airport. The new segment is approximately 955 feet. The project will also include reconstruction of existing VSR and affected taxi lanes as needed to ensure proper drainage, and that the slopes, and grade breaks at the intersections of the VSR with the lease holders and the taxiway meets FAA standards. The proposed VSR roadway will have pavement markings per the FAA guidance documents and be tied into the existing pavement markings at the east end of the project. City of San Diego Bermuda Avenue Coastal Access Replacement Bi jar Mizori, RE $2,132,000 On-going 202 C Street Contract No. B-17110 619-642-1721 San Diego, CA 92101 SCOPE: The project scope is to replace the existing bmzori@sandiego.gov 619-236-5555 access stairway that has failed at the middle flight and the supporting foundation block. The scope is to replace the existing with a new stairway and will generally follow the existing stairway. The new stairway consists of concrete block stairs founded in rock at the lowest flight with the top and the intermediate concrete landings supported on pile foundations. City of Long Beach Artesia Great Boulevard Project Michael Te, PM $32,925,300 On-going 2931 Redondo Ave Contract No. 36409 michael.te@longbeach.g Long Beach, CA 90806 SCOPE: This project provides complete street ov 562-570-2828 improvements along Artesia Blvd. between Harbor Ave. and Downey Ave. The Work to be done consists primarily of, but is not limited to, site clearing, excavation, grading, asphalt and concrete demolition and removal, traffic control, surveying and monument restoration, roadway asphalt pavement placement, slurry seal, cool pavement coating placement, flatwork concrete placement such as sidewalk and driveways, curb and gutters, curb ramps, crosswalks, bus stops, catch basins, manhole and various utility adjustments, irrigation, tree and tree wells, decomposed granite, top soil, street furniture, various vegetation and plant installation, street lighting and pedestrian lighting improvements, roadway signing and striping, temporary and permanent traffic signal and interconnect improvements, fiber testing and acceptance, system integration testing, fiber optic conduit on existing bridge installation, and all other work shown, and all incidental work. City of Los Angeles Sheldon Arleta Park - Street Improvements Gunwoo Choi $4,394,000 On-going 200 North Spring Street, Rm 335, City Hall Contract No. C-141400 gunwoo.choi@lacity.org Los Angeles, CA 90012 SCOPE: Provide new curb, gutter, sidewalk, street 213-485-4736 213-978-0261 lights, signals, striping, street trees, street widening, and fencing on the Park side of the three streets surrounding the Sheldon Arleta Park (aka Cesar Chavez Recreation Center): Arleta Ave., Sharp St. and Wicks St. CiRAlllTE~ Granite Construction Company -South Coast Region PUBLIC PROJECTS · 5 Years Name and Address of Owner Name, Location of Project, and Kind of Work Owner Contact Contract Completion Amount Date Ventura County, Dept of Airports Oxnard Airport Taxiway Improvements Erin Powers $7,706,535 On-going 555 Airport Way, Suite B Project No. OXR-147 805-388-4205 Camarillo, CA 93010 SCOPE: Schedule I -Reconstruction of Connector 805-388-4372 Taxiways A and E Schedule II -Relocation of FAA Power Line Bid Alternate 1 -Reconstruction of Connector Taxiwavs B, C and D City of Oxnard On-Call Local & Collector Streets, PW21-87 Gianna Pourarien $12,000,000 On-going 305 West Third Street (Not to exceed contract price) 805-200-5289 Oxnard, CA 93030 SCOPE: Complete improvements on residential and 805-200-5289 collector streets, service roads, and alleys, on an as needed basis at various locations throughout the City. City of Oxnard On-Call Concrete Improvements, PW21-90 Gianna Pourarien $10,000,000 On-going 305 West Third Street (Not to exceed contract price) 805-200-5289 Oxnard, CA 93030 SCOPE: Complete concrete improvements on local and 805-200-5289 collector streets, arterial streets, service roads, and alleys, on an as needed basis at various locations throu£hout the Citv. City of Oxnard On-Call Arterial Streets, PW21-88 Gianna Pourarien $12,000,000 On-going 305 West Third Street (Not to exceed contract price) 805-200-5289 Oxnard, CA 93030 SCOPE: Constructing improvements on arterial streets. 805-200-5289 The Work generally includes resurfacing of asphalt concrete pavement; reconstruction of asphalt and Portland cement concrete pavement, curb & gutters, cross gutters, ADA ramps, curbs, gutters, and sidewalks State of California Department of Transportation 08-1H8304, Hwy 138 in Los Angeles & San Bernardino Mauricio Santa Cruz, RE $4,291,903 8/3/2022 1727 30th Street Counties. mauricio.santa- Sacramento, CA 95816-7005 SCOPE: HMA (Type A), roadway excavation, and class cruz@dot.ca.gov 916-654-2852 2 aggregate base. 909-601-5118 US Army Corps of Engineers EAFB EAFB Roads and Airfield Maintenance (IDIQ Paving) Bill Armstrong -(760) $7,022,804 6/15/2022 222 N Rosamond Blvd Contract Number: 2017-027-USAF-001 533-7380 Edwards, CA 93524 Edwards, California Kind of Work: Roads and Airfield Maintenance San Diego Association of Governments (SANDAG) Sandag El Portal Undercross lrfan Kalhoro $6,708,076 5/10/2022 401 B Street Contract Number: 5647183 (949) 422-8304 San Diego, CA 92101-4231 Encinitas, California Fax: N/A The work consists in general of a new railroad bridge, a irfan.kalhoro@aecom.co new pedestrian underpass, retaining wall m construction, and landscaping at MP 237.1 on a portion of the LOSSAN corridor located in the City of Encinitas, within San Diego County. City of Encinitas Encinitas Leucadia Phase 1 Jill Bankston $7,303,582 4/15/2022 505 South Vulcan Avenue Contract Number: CS04D (760) 633-2839 Encinitas, CA 92024-363 Encinitas, California Fax: N/A Improvements on North Coast Highway 101, from jbankston@encinitasca.g Marcheta Street to Basil Street. in the City of ov Encinitas, in the state of California. The work to be completed involves demolition, pavement removal and reconstruction, pavement grind and overlay, roundabout construction, curbs/gutters, sidewalk construction, bioretention areas. roadway improvements, signing and striping, storm drain improvements, lighting, decorative furnishings and hardscape, landscaping and irrigation, aoourtenances GRAnlTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS · S Years Name and Address of Owner Name, Location of Project, and Kind of Work Owner Contact Contract Completion Amount Date North County Transit District NCTD Green Beach Bridge Scott Shroyer $3,678,557 4/11/2022 810 Mission Avenue Contract Number. 21003-0S (760) 967-2849 Oceanside, CA 92003 Camp Pendleton, California Fax: N/A Work consisted of structural repair to replace the sshroyer@nctd.org bridge bearings under spans 5 through 7, replace span 4 with new steel structural members, retire the existing timber spans 1 and 2, and replace the rail across the limits of the entire bridge. City of Oceanside Oceanside Lower 1 Conveyance Phillip Tunnell $16,993,937 3/31/2022 300 N. Coast Highway Contract Number. 908142215715 (760) 435-5848 Oceanside, CA 92054 Oceanside, California Fax: N/A The work includes construction of 39,540 linear feet of PTunnell@oceansideca.or recycled water pipeline and appurtenances within the g City of Oceanside, originating at the San Luis Rey Water Reclamation Facility. Pipeline diameters range between 10 to 18-inches. The work includes multiple horizontal directional drill crossings of the San Luis Rey River adjacent to Douglas Drive. County of Ventura Pavement Resurfacing • Sulphur Mountain Road, Spec Sohil Bhakta $1,504,341 11/26/2021 800 South Victoria Ave No. RD22-02, Project No. 50611 805-654-3987 Ventura, CA 93009 SCOPE: Pavement resurfacing including Asphalt 805-654-2018 Concrete Hot Mix (AC) with Fiber Reinforcement, Public Access & Notice, Mobilization, Traffic Control & Construction Signing, Water Pollution Control, Existing Utility & Roadway Facilities, Roadway Preparation, Clearing & Grubbing, Tree Trimming, Unclassified Excavation & Export, Sawcut, Cold Milling (5' Wide), AC Taper with Key, AC Base Repair, AC Grinding (Full Width), Concrete Headwall, Culvert Replacement, AC Shoulders (4' Wide), AC Swale Repair, Seal Coat, AC Dike, AC Berm Rehabilitation, Asphalt Rubber Aggregate Membrane (ARAM), Tack Coat, Processed Miscellaneous Base, AC Miscellaneous Paving, Pavement Delineation, Striping, & Signing, Worksite Safety, & appurtenant work. State of California Department of Transportation 07-4W6104, Route 5 Fred Tieu • RE $1,783,617 10/22/2021 1727 30th Street Construction on State Hwy 18 in Los Angeles County fred.tieu@dot.ca .gov Sacramento, CA 95816-7005 near Llano, from San Bernardino County line to 916-654-2852 Junction Route 138. 07-LA-18-0.0/4.S SCOPE: Place rubberized HMA (Gap Graded). City of Los Angeles Taxiway A Rehab -Phase 2 at Van Nuys Airport Sean Flynn · 424-646-$25,209,594 10/20/2021 Department of Airports (LAWA) Contract Number: 733359 5867 1 World Way Van Nuys, California LAWA • 310-877-0337 Los Angeles, California 90045 Kind of Work: Reconstruction of the taxiway and shoulder pavement; replacement of lighting and signage and other miscellaneous improvements. City of Lancaster 2020 Summer Pavement Management Program, PW Michael Livingston, $5,309,823 8/1/2021 44933 Fern Ave #21-003 Manager Lancaster, CA 93534 SCOPE: Mill Tapered Grind, Micro-milling/ "Roughen 661-723-6000 661-723-6000 Up" Surface Treatment, Roadway Excavation & Digouts, Asphalt Concrete -HMA & ARHM, Crack Sealing, AC Patching, Type II RAP Slurry Seal, Full Depth Reclamation, Aggregate Base, Adjusting Manhole Covers and Frames, Signing, Striping, & Markings, Bike Detection System GRAnlTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS· 5 Years Name and Address of Owner Name, location of Project, and l<ind of Work Owner Contact Cono·act Completion Amount Date Los Angeles County, Public Works Pavement Reconstruction (Sustainable), North LA Quang Luong, PM $5,100,000 7/5/2021 900 Fremont Avenue County 661-947-7173, ext 242 Alhambra, CA 91803 JOC #4 -RMDJOC6688 Indefinite Quantity Contract Louis Darbeau, PM Kind of Work: reconstruction of curb and gutter, 661-947-7173, ext 243 sidewalk, driveways, alley intersections, and cross gutters; and the performance of other appurtenant work. Skanska Usa Building Inc. Skanska COOT Sr905 Otay Mesa Chuck Girten $10,371,401 4/30/2021 7300 Medical Center Drive Contract Number: 90007720.1466670S (951) 206-2767 West Hills, CA 91307-1902 San Diego, California Fax: N/A Jointed Plain Concrete Pavement 45,100 CY and Email: Isolation Joint Seal (Silicone) 750.00 LF Department of the Navy NAVFAC Coronado India Taxiway LTJG Kyle Flack $14,430,310 3/1/2021 1220 Pacific Highway Contract Number. N6247319D2437 Phone: San Diego, CA 92132-5190 San Diego, California Fax: N/A Construction services to Repair Failing Taxiway India, kyle.flack@navy.mil Rwy 36 and to repair through replacement the taxiway's intersection with Taxiway Bravo 2 to India's intersection with Taxiway Lima. The project will replace the existing deteriorated concrete with new Department of Defense compliant airfield pavement, in accordance with the drawings and specifications at NBC NASNI, Naval Base Coronado, San Diego, California San Diego County Regional Airport Authority SDCRAA Rehab Apron Pavement Clay Bomberger $3,386.404 3/1/2021 3225 N Harbor Drive Contract Number: 104278 (619) 400-2662 San Diego, CA 92101-1072 San Diego, California Fax: N/A The project provides for the rehabilitation of cbomberg@san.org approximately 1.7 million square feet of existing concrete pavement at Terminal 2. Work areas include parking gates 20 through 42, adjacent taxilanes, and the southern edge of Taxiway B within the aircraft movement area Los Angeles World Airports Turner-Pel Lax Msc Sitework Robert Schultz, Project $83,580,584 12/31/2020 1 World Way Contract Number: 5245652 Manager Los Angeles, CA 90045 Los Angeles, California (424) 646-5729 Demolition, earthwork and wet utilities improvements Fax: N/A in preparation for the new terminal. 75,000 cy rschultz@lawa.org demolition of concrete and asphalt Demolition and removal of existing utilities. On site crushing on concrete and asphalt. 150,000 cy of onsite cut to fill. 40,000 cy of export Structural excavation for basement walls cut and cover tunnel. 2,000,000 SF Site grading. base placement with finishing. 2,900 If of 3" to 16" ductile iron pipe domestic water. 7,800 If of 14" to 24" ductile iron fire water. 15,000 If of 12" to 54" ductile iron and reinforced concrete pipe storm drain 6,000 If of 4" to 18" VCP Sewer line Concrete utility structures. 3,000 If of gas line. GRAlllTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS - S Years Name and Address ofOwne1· Name, l.ocation of Project, and Kind of Work Owner Contact Contract Completion Amount Date City of Palmdale Pearblossom Hwy Reconstruction Marc Zuber, Public $13,574,574 12/12/2020 38300 Sierra Highway Contract Number: PN 696 Works Project Manager Palmdale, CA 93550 Palmdale, California 661-267-5100 661-267-5100 Kind of Work: Reconstruct Pearblossom Highway, in three designed segments, from 55th St East to 790' of 25th St East. The purpose of the project is to reconstruct/rehabilitate the Pearblossom HWY. Geogrid over the existing subgrade for complete roadway width. 6" Class 3 Aggregate Base. 6" Lean concrete base. 5" AC base. 2.4" Polymer Modified Asphalt Concrete. Jointed Plain Concrete Pavement. Adjustment of utilities to finished grade. Install recessed pavement delineation, and roadway signs. Modify existing electrical systems. Improve pedestrian curb ramps and sidewalk. State of California Department of Transportation 07-4W7004, Hwy 210 Slurry & Pave Arturo Lao, RE $2,360,199 11/17/2020 1727 30th Street Replace asphalt concrete surfacing and apply slurry 213-897-3656 Sacramento, CA 95816-7005 seal to roadway. 916-654-2852 Los Angeles County, Public Works Pavement Reconstruction (Sustainable), North LA Mark S. Caddick, $3,000,000 9/15/2020 900 Fremont Avenue County Principal Engineer, Alhambra, CA 91803 JOC #2 -RMDJOC6649 Construction Div. Indefinite Quantity Contract 626-458-5100 Kind of Work: 3 Miles of Cold-in-Place Recycled Asphalt Concrete Pavement and 4,000 tons of Asphalt Rubber Hot Mix (ARHM). County of Ventura Pleasant Valley Road Improvements -Addition of a Sohil Bhakta $1,204,386 8/7/2020 800 South Victoria Ave Two-Way Left Turn Lane, #RD20-04 805-654-3987 Ventura, CA 93009 Type II Emulsion-Aggregate Slurry, 805-654-2018 Public Access & Notice, Mobilization, Traffic Control & Construction Signing, Water Pollution Control, Existing Utility & Roadway Facilities, Potholing, Roadway Preparation, Surface Preparation & Crack Treatment, Clearing & Grubbing, Tree & Stump Removal, Unclassified Excavation, Sawcut, 4' Micro-milling, Driveway Approach, Arch Reinforced Concrete Pipe Culvert, Track Coat, Asphalt Concrete Hot Mix, Processed Miscellaneous Base, Fencing & Gate Replacement, Landscaping & lrrigation(Schedule 11), Pavement Delineation & Striping, & appurtenant work. NAVFAC -Southwest • North Island Naval Air Station, Navfac Coronado Repair Taxiway William Gibson $6,911,660 6/5/2020 Coronado, California Contract Number: N6247318F4947 (619) 545-7980 Coronado, California Fax: N/A Remove/Replace/Repair PCC(3,800 cy), replacement of william.gibson@navy.mil the taxiway lights and cabling, striping removal and paint, mill and overlay minor quantities of HMA(460 tn). The project takes place at multiple taxiways in 3 different phases and 11 different work areas. We set up a portable batch plant at the base per the spec GRAlllTE .. Granite Construction Company • South Coast Region PUBLIC PROJECTS · S Years Name and Address of Owner Name, Location of Project, and Kind of Work Owner Contact Contract Completion Amount Date San Diego County Regional Airport Authority Sdcraa Rehab Cross Taxiways Matthew A. Beyer $4,245,559 3/22/2020 3225 North Harbor Drive Contract Number: 104255 (619) 400-2948 San Diego, California 92138-2776 San Diego, California Fax: N/A Mill and inlay of nominal 5 inches of asphalt on the mbeyer@san.org entire existing full-strength pavement of Taxiways C2 and CS from the runway edge to the runway hold position, excluding shoulders. Mill and inlay of nominal 5 inches of asphalt on the entire existing full-strength pavement of Taxiway D from the runway edge to the edge of the Taxiway 8 and from Taxiway 8 to Taxiway 81, excluding shoulders. Reconstruct Taxiway C1 with concrete pavement from the runway edge to the existing concrete pavement near the runway hold position. Replace all impacted pavement markings, remove and re-install existing in- pavement lights in the taxiways that will be impacted by pavement rehabilitation, install new in-pavement University Of California -San Diego Hp Ucsd Mesa Ped Bridge Ross Kunishige $9,674,217 3/1/2020 1 Miramar Street Contract Number. 5079/ML-469/966380 (858) 822-4841 San Diego, California San Diego, California Fax: N/A The Mesa Housing Pedestrian and Bike Bridge Project rkunishige@ucsd.edu consists of a new Bridge across an environmentlly sensitive canyon on the UC San Diego campus to link the Mesa Graduate Housing neighborhood with State of California Department of Transportation 07-3W8804, Rt 1 Gilbert Trujillo, Jr., RE $2,144,895 12/31/2019 1727 30th Street Near Malibu, Los Angeles County Sacramento, CA 95816-7005 Kind of Work: Remove and replace pavement 916-654-2852 marking, slurry seal, and replace asphalt surfacing Los Angeles County, Public Works Pavement Reconstruction (Sustainable), North LA Mark S. Caddick, $5,100,000 11/13/2019 900 Fremont Avenue County Principal Engineer, Alhambra, CA 91803 JDC #1 -RM DJOC6648 Construction Div. Indefinite Quantity Contract 626-458-5100 Kind of Work: 10 Miles of Cold-in-Place Recycled Asphalt Concrete Pavement and 11,000 tons of Asphalt Rubber Hot Mix {ARHM). State of California Department of Transportation 07-312204 Hwy 126, Victoria Ave to Briggs Rd Hector Arroyo, R.E. $3,222,232 10/31/2019 1727 30th Street Ventura, California 805-480-4928 Sacramento, CA 95816-7005 Kind of Work: Installation of BM P's, maintenance 916-654-2852 vehicle pullouts, excavate ditches, drainage pipes, concrete structures, construct retaining walls County of Ventura Potrero Road Bike Lanes -Phase I, RD19-02 Ariel Braza, Project $1,028,791 10/10/2019 800 South Victoria Ave Near Thousand Oaks, Ventura County Manager Ventura, CA 93009 Kind of Work: Pavement widening of Potrero Road · 805-654-2018 805-654-2018 AC paving, concrete, water pollution prevention, root barrier, PCC drain w/ gates & frame, percolation trench, catch basin, traffic control. County of Ventura Central Ave Pedestrian Improvements, RD19-06 Ariel Braza, Project $950,854 9/23/2019 800 South Victoria Ave Oxnard, CA Manager Ventura, CA 93009 Kind of Work: PCC sidewalk construction, traffic 805-654-2018 805-654-2018 control and signage, CMP & RCP extension, PVC drain pipe, manhole adj, catch basin, curb & gutter, grinding, AC resurface, striping. GRAlllTE" Granite Construction Company -South Coast Region PUBLIC PROJECTS -S Years Name and Address of Owner Name, Location of Project, and Kind of Work State of California Department of Transportation 07-4W2704, Rt 101 1727 30th Street Thousand Oaks to Camarillo, Ventura County Sacramento, CA 9S816-7005 Kind of Work: Place RHMA-G (bonded wearing course) 916-654-2852 City of Oxnard Channel Islands Blvd Street Resurfacing 305 West Third Street Spec #PW 17-20 / Contract #A-8109 Oxnard, CA 93030 Kind of Work: Resurface asphalt concrete pavement 805-200-5289 San Diego County Regional Airport Authority Rehab Cross Taxiways 3225 North Harbor Drive Contract Number. 104220R San Diego, CA 92138-2776 San Diego, California The project provides rehabilitation of Cross Taxiways B1, B4-B7, C3, C4, and CG, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement; approximately 260,555 square feet of pavement surface; removal and replacement of failed subgrade; reconstruction of a portion of Taxiway B1 with concrete pavement ; relocation of western edge of pavement and associated edge marking, lighting and taxiway signs; realignment of Taxiway CG including construction of new Taxiway full strength and shoulder pavement, mill and asphalt inlay. This brings the total area to about 294,595 SF; and airfield lighting relocation, replacement of impacted striping, marking City of Palmdale 2017 /2018 Arterial Overlay Program 38300 N Sierra Hwy Contract Number: 748 Palmdale, CA 93550-4798 Palmdale, California 661-267-5100 Kind of Work: Construction of a 2" TR MAC overlay on sections of 3 different arterial streets in the City of Palmdale; The work may consist of, but is not limited to: traHic control plan design & implementation, asphalt grinding, TR MAC paving, thermoplastic striping, traHic loop restoration, and utility/ survey monument adjustment State of California Department of Transportation Hwy 79 Julian Bwc 1727 30th Street Contract Number: 11-2N0184 Sacramento, CA 95816-7005 Julian, California Apply Bonded Wearing Course Overlay, Shoulder ,_ _, -n, San Diego Association of Governments Sandag 1-15 Bus Rapid Trnst 401 B Street, Suite 800 Contract Number. 5007000 San Diego, CA 92101-4231 San Diego, California The work to be performed includes, but is not limited to, construction of BRT lanes, station platforms, plaza bridge entrances, and ramp intersection improvements at El Cajon Boulevard and University Avenue. The BRT station platform improvements include site lighting, enhanced concrete paving, handrails, stairs, elevators and elevated walkways. Station amenities include customized bus shelters, security cameras, variable message signs, trash receptacles, benches, and informational signage, in addition to procuring all materials and performing all other work necessary to complete the work in accordance with the project plans and specifications. Owner Contact Contract Completion Amount Date James Riley, RE $2,176,778 7/19/2019 805-480-4928, ext 402 Jim Nelson $2,995,295 6/28/2019 805-385-7828 Ted Rigo $7,262,364 3/21/2019 (303) 908-4052 Fax: N/A David Wu $3,059,842 1/31/2019 661-267-5338 Rene Figueroa $6,426,601 1/24/2019 (858) 688-1551 Fax: N/A rene.figueroa@dot.ca.goc Manuel Rivas $41,861,974 11/11/2018 (619) S16-4856 (858) 829-1020 (F) manuel.rivas@dot.ca.gov GRAnlTE .. Granite Construction Company• South Coast Region PUBLIC PROJECTS . s Years Name and Address of Owner Name, Location of Project, and Kind of Work Oxnard Harbor District Pavement Rehabilitation Project, Port of Hueneme 333 Panama St Contract Number: 07-01-0714 Port Hueneme, California 93041 Port Hueneme, CA 805-488-3677 Pavement rehabilitation Los Angeles World Airports (LAWA} Lawa Lax Runway 25R PO Box 54078 Contract Number: Los Angeles, CA 90054-0078 Los Angeles, California reconstruction of Runway 7L-25R's keel section pavements, between Taxiways J and N, including the structural strengthening of the airfield bridge over the Sepulveda tunnel, construction of Taxiway 817 between Service Road C and Taxiway B, and relocation of the northern runway hold bar at the Taxiway G intersection County of Ventura Camarillo Heights Pedestrian Improvements 800 South Victoria Ave Spec #RD 18-04 / Project #50535 Ventura, CA 93009 Kind of Work: R&R concrete flatwork, install drainage, 805-654-2018 repair pavement, retaining wall/stairs State of California Department of Transportation COOT 1-8 El Caj on Pvm Rehab 1727 30th Street Contract Number: 11-413504 Sacramento, CA 95816-7005 El Cajon, California Construction includes, but not limited to, concrete panel replacement. new concrete ramp termini, cold plane and pave RHMA on: shoulders, ramps, and connectors; striping, AC dike removal and replacement, ADA and curb replacement, loop replacment, signal and light modification, signage, SWPP, guardrail replacement, exposed aggregate concrete, road widening, and drainage improvements. NAVFAC Southwest Pt Mugu Airfield Pavement Repair, #N62473 Ventura County SCOPE: Sawcut, backfill and compact base, cold mill, 1205 Mill Road, Suite 2 crack seal, and patch assorted runways, taxiways, and Port Hueneme, CA 93043 shoulders. Owner Contact Contract Completion Amount Date Kristin Decas, CEO & $3,823,282 10/30/2018 Port Director 805-488-3677 Sean Flynn $38,914,477 9/30/2018 (310) 877-0337 Fax: N/A Email: N/A Jeewoong Kim, PM $711,800 9/4/2018 805-654-2039 Rene Figueroa, RE $12,415,721 7/15/2018 (619) 588-9068 / (858) 688-1551 (M} Fax: N/A rene.figueroa@dot.ca.go V Lissa Kobeissi, FEAD $1,088,458 6/23/2018 Ventura/ Code ROPMV 805-982-1959 ClRAlllTE .. Granite Construction Company• South Coast Region PUBLIC PROJECTS· 5 Years Name and Address of Owner Name, l.ocation of Project, and Kind of Work San Diego County Regional Airport Authority Clear Ola Taxiway B 322S North Harbor Drive Contract Number. PROJECT NO. 104129R San Diego, California 92138-2776 San Diego, California Rehabilitate Runway 9-27. Provide rehabilitation of the airfield asphalt on Runway 9-27 which includes milling and replacing the top nominal three inches of asphalt concrete pavement for the entire runway 9-27, approximately 9,400 x 200 ft.; removal and replacement of failed subgrade; remove the existing runway centerline, edge and touchdown zone lighting fixtures, andreplace them with LED fixtures and new transformers; replace impacted pavement markings. Rehabilitate Cross Taxiways 81, 84-87, C3, C4 & CG. Provide rehabilitation of Cross Taxiways 81, 84, BS, 86, 87, C3, C4, and CG, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement on Taxiways 81, 84-87, C3, C4 & CG, approximately 349,848 square feet pavement surface, excluding shoulders; removal and replacement of failed subgrade; reconstruct a portion of Taxiway 81 with concrete pavement; relocate western edge of pavement and associated edge marking, lighting and taxiway signs; realign Taxiway CG including construction of new Taxiway full strength and shoulder pavement, mill and asphalt inlay, and airfield lighting relocation, replace San Diego County Regional Airport Authority Rehab Runway & Taxiways PO Box 82776 Contract Number. 104219 AND 104220 San Diego, California San Diego, California A. 104219-Rehabilitate Runway 9-27. Provide rehabilitation of the airfield asphalt on Runway 9-27 which includes milling and replacing the top nominal three inches of asphalt concrete pavement for the entire runway 9-27, approximately 8,700' x 200'; removal and replacement of failed subgrade; remove the existing runway centerline, edge and touchdown zone lighting fixtures, and replace them with LED fixtures and new transformers; replace impacted pavement markings B. 104220 -Rehabilitate Cross Taxiways B 1, 84-87, C3, C4 & CG Provide rehabilitation of Cross Taxiways 81, 84, BS, B6, 67, C3, C4, and C6, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement on Taxiways B 1, 84-87, C3, C4 & CG, approximately 349,848 square feet pavement surface, excluding shoulders; removal and replacement of failed subgrade; reconstruct a portion of Taxiway B 1 with concrete pavement; relocate western edge of pavement and associated edge marking, lighting and taxiway signs; realign Taxiway CG including construction of new Taxiway full strength and shoulder pavement, mill and asphalt inlay, and airfield lighting relocation, replace -- Owner Contact Contract Completion Amount Date Clay Bomberger SS,701,672 6/1S/2018 P: 619-400 2662 Fax: N/A cbomberg@san.org Ted Rigo $18,070,781 5/15/2018 Project Manager I Airport Design & Construction AB Engineering, Inc. T 619.400.2315 IM 303.908.4052 I F 619.400.2596 trigo@san.org GRAnlTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS -s Years Name and Address of Owner Name, l.ocation or Project, and Kind ofWorl< City of Oxnard Redwood Neighborhood Street Resurfacing & Water 305 West Third Street Improvement Project Oxnard, CA 93030 Spec Number: PW 16-14 / Contract #A-8031 805-200-5289 Oxnard, California Kind of Work: Resurface AC pavement, replace CIP main waterlines with PVC : mill existing ac pavement, placement & compaction of AC, slurry seal, crackseal, digout, reconstruct failed areas, striping City of San Buenaventura Westside Pedestrian and Bicycle Improvements 501 Poli Street Spec No. 2016-043 Ventura, CA 93002-0099 Ventura, CA 805-654-7800 Kind of Work: Pedestrian and bicycle improvements on various locations of Ventura Avenue Owner Contact Contract Completion Amount Date Hoon Hahn $3,241,340 5/9/2018 80S-385-7832 Neal Knapik, PE, PM $866,llS 4/20/2018 805-677-3953 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 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: IXI Comprehensive General Liability !RI Automobile Liability ~ Workers Compensation IXI 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 6/12/18 Contract No. 6001-22E Page 30 of 148 ABRD. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 04/26/2023 ~ I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ., REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER • IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0C36861 1-415-403-1491 CONTACT Kimberly Leikam NAME: Alliant Insurance Services, Inc. r.~~N,t c~,. 415-403-1491 J;ffc No': 415-874-4818 560 Mission Street, 6th Floor ~t1lJ~ss: kleikam@alliant.com INSURER/SI AFFORDING COVERAGE NAfC# San Francisco, CA 94105 INSURER A: TRANSPORTATION INS CO 20494 INSURED INSURER B : VALLEY FORGE INS CO 20508 Granite Construction Company INSURER C: 585 West Beach Street INSURER D: INSURER E: Watsonville, CA 95076 INSURER F : COVERAGES CERTIFICATE NUMBER: 68588815 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF .~3~i~, LTR ,..,en lw,,n POLICY NUMBER •MM/DDNVVVl LIMITS A X COMMERCIAL GENERAL LIABILITY X X GL2074978689 10/01/20 lO/Ol/23 EACH OCCURRENCE $ 2 ,000,000 -D CLAIMS-MADE 0 OCCUR u"M"'-'C: TO RENTED >-PREMISES /Ea occurrence I $ 2 ,000 ,000 X Contractual Liability MED EXP (Any one person) $ Nil X XCU Hazards PERSONAL & ADV INJURY $ 2,000,000 >- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 R 0 PRO-~ LOC PRODUCTS • COMP/OP AGG $ 2 ,000 ,000 POLICY JECT OTHER: $ B AUTOMOBILE LIABILITY X X BUA2074978692 10/01/20 10/01/23 i~~~~~~~lNGLE LIMIT $ 2,000 ,000 - ~ X ANY AUTO BODILY INJURY (Per person) $ -OWNED -SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ -HIRED -NON-OWNED ;p~~:&:7d1;,RAMAGE X AUTOS ONLY X AUTOS ONLY $ -X Contractua $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ B WORKERS COMPENSATION X WC274978630 (CA) 10/01/22 10/01/23 x I ~~fruTi= I I OTH- AND EMPLOYERS' LIABILITY ER Y/N A ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N/A X WC274978644 (AOS/Stop Ga >}0/01/22 10/01/23 E.L. EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE· EA EMPLOYEE $ 2,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE · POLICY LIMIT s 2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space la required) Job #TBD / PWS23-2082TRAN; Contract No. 6001-22E / SD 2022 East-West Corridor Resurfacing and Restriping **SEE FOLLOWING PAGE FOR COMPLETE ADDITIONAL INSURED WORDING** GL Per ISO Form CGOOOl 10/01; AL Per ISO Form CAOOOl 10/13 CERTIFICATE HOLDER 2110 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services '.0. Box 947 'Murrieta,~ 92564 USA CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD schultzv 68588815 C'NA WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT G-20472-A (Ed. 10/93) In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract 2. Notice will be mailed to: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. Address: Per ~ertificates of Insurance on file with the broker This endorsement changes the policy to which It ls allached and is effective on the date Issued unless othe,v,;se stated. (The inrormatlon below Is required only when this endorsement Is issued subsequent to preparation or the policy.) Endorsement Effective 10·1·22 Policy No. WC274978630 Valley Forge Insurance Company WC 99 06 06 G-20472-A (Ed. 10/93) WC274978644 Transportation Insurance Company Page 1 of 1 CNA Workers Compensation And Employers Liability Insurance Policy Endorsement II BLANl<ET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes t he policy to which it is attached. It is agreed that Part One -Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to t he extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE -Refer to the Schedule of Operations The charge will be an amount to w hich you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, w hich forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently w ith said policy unless another expiration date is shown below. Form No: G-19160-8 (11-1997) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 6; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 <, Copyright CNA All Rights Reserved. Policy No: WC 2 74978630 Policy Effective Date: 10/01/2022 Policy Page: 53 of 83 CNA W orkers Compensation And Employers Liability Insurance Policy Endorsement II WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1 984) Endorsement Effective Date: Endorsement No: 32: Page: 1 of 1 Endorsement Expiration Date: Underwriting Company: Transportation Insurance Company, 151 N Franklin St. Chicago, IL 60606 Copyright 1983 National Council on Compensation Insurance. Policy No: WC 2 74978644 Policy Effective Date: 10/01/2022 Policy Page: 296 of 442 C'NA G-140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products-completed operations hazard," and only if: (1 ) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG201 O (aka CG 20 10 10 01 ), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01 ), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above, the words 'caused in whole or in part by' are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract"; c. That described in B.1 . above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01 /13) POLICY#: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2020 Copyright, CNA All Rights Reserved. C'NA G-140331-D (Ed. 01/13) any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance wlll be primary and non-contributory relative to insurance on which the addition·aI insured is a Named lns·ured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation , defense, or settlement of the claim or "suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V -DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury'' or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01 /13) Page 2 of 2 Copyright, CNA All Rights Reserved. POLICY#: GL2074978689 EFFECTIVE: 10/01/2020 POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01/2020 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT{S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction 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 "property damage" included in the "products- completed operations hazard," and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Aggregate Limit, whichever is applicable; and 2 . Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. W hen coverage for liability ans,ng out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section Ill -Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Transfer of Rights of Recovery Against Others to Us This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. 26 POLICY NO. GL 2074978689 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT: Granite Construction Incorporated 10/01/20 C'NA POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01/2020 G-15115-A (Ed. 10/89) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES -NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of can- cellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract G-15115-A (Ed. 10/89) Page 1 of 1 C'NA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends th e BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II -LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Granite Construction Incorporated Copyright CNA All Rights Reserved. Policy No: BUA2074978692 Endorsement No: Effective Date: 10/01/2020 POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA 04 4410 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies 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: Granite Construction Incorporated Endorsement Effective Date: 10/01/2020 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Notice of Cancellation or Material Change - Designated Person or Organization This endorsement modifies insurance provided under the following: Business Auto Coverage Fonn In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non.payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of; • 60 days or • the number of days required in a written contract This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. POLICY NO. 19 BUA 2074978692 C'NA EA/M198818 Complete Only When This Endorsement Is Not Prepared With the Policv Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE Granite Construction Company Countersigned by G-39543A DATE OF THIS ENDORSEMENT 10/01/2020 SUPPLEMENT TO CERTIFICATE OF INSURANCE NAME OF INSURED: Granite Construction Company ADDITIONAL INSURED: DATE 04/26/2023 The City of Carl sbad, its officials, employees and volunteers are named as additional insured hereunder as respect liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy sha l be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of c ancel lation of reduction in coverage by t he Ci ty Clerk of the City of Carlsbad, California. The named insured reserves its rights to provide any additional coverages under the policies above to only those expressly negotiated for by contract. SUPP (10/00) BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 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 agency period of debarment s BY CONTRACTOR: Granite Construction Company (name of Contractor) By ~~ -(snhere) Angell Reyna , Senior Estimator (print name/title) party debarred agency period of debarment Page _1_ of _1_ pages of this Re Debarment form l'. •tr Revised 6/12/18 Contract No. 6001-22E Page 31 of 148 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight-year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertains to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _1_ of _2_ pages of this Disclosure of Discipline form l' • ., Revised 6/12/18 Contract No. 6001-22E Page 32 of 148 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 2022 RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Granite Construction Company (name of Contractor) Angell Reyna, Senior Estimator (print name/title) Page _2_ of _2_ pages of this Disclosure of Discipline form ., '-~ Revised 6/12/18 Contract No. 6001 -22E Page 33 of 148 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E The undersigned declares: Senior Granite Construction I am the Estimator of Company , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on __ M_a_r_c_h_7 _______ _ 20___1l_ at Ventura [city], CA [state]. s,,,&,.o~ Angell Reyna, Senior Estimator {'\ • ._, Revised 6/1 2/18 Contract No. 6001 -22E Page 34 of 148 CONTRACT PUBLIC WORKS This agreement is made this 1-W--day of J \J\. 1/\lJ , 2023, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Granite Construction Company whose principal place of business is 585 West Beach Street, Watsonville, California 95076 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E (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 ., \.~ Revised 6/12/18 Contract No. 6001-22E Page 35 of 148 Revised 6/12/18 Contract No. 6001-22E Page 36 of 148 conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 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, '-" u Revised 6/12/18 Contract No. 6001-22E Page 37 of 148 damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. 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 (CGL) Insurance: Insurance written on an “occurrence” basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required 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 '-" u Revised 6/12/18 Contract No. 6001-22E Page 38 of 148 contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each 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. '-" u 11 . Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the fa lse information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further biddin g 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. ~ init Affi 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 ce rtified mail of any change of address of such records. {' •;;' Revised 6/12/18 Contract No. 6001-22E Page 39 of 148 Revised 6/12/18 Contract No. 6001-22E Page 40 of 148 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. /// /// /// /// /// /// /// /// /// /// /// /// /// '-" u 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. noAHill+' 'k NOTARIAL ACKNOWLE~~~_crl.;,_P.XECUTION BY ALL SIGNATORIES MUST BE ATTACHED ~'c~.-~oR;/?-1,''-:. g i,~o EAL~\~~ :t::, s \;: (CORPORATE SEAL): 2 \Janua,y4_ 1922i ~: -;. ~\" 1'.'t-/~ ~ ,, ~ '"ilJ.1,of-'t.•"' .:-,, ••·····• ,, CONTRACTOR: ,,,, * ,,,, ,,,,, .. ,,,, Granite Construction Company (nameof~ By:~~ (sign here) Scott McArthur, Vice President, Regional Ops. (print name and title) By:~ TA~ (sign here) Andrew Burk, Area Manager (print name and title) CITY OF CARLSBAD a municipal corporation of the C lifor ia) By:---+-+----------eith Blackburn, Mayor ATTEST: ~ r sherry Freisinger, City Clerk 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 CityA~or By: ._ \ 'o..u --1--- ~y l' • .,, Revised 6/12/18 Contract No. 6001-22E Page 41 of 148 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 validitv of that document. State of California County of Ventura On May 1, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared Scott McArthur and Andrew Burk who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ &££_ (Seal) ........ l SUSAN CORKILL Notary Public • California I Ventura County Commission II 2'4-41-t61 - Comm. Elcplm Mir 29, 2027 GRANITE CONSTRUCTION COMP ANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company in excess of $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January I, 2023 through December 31 , 2023, the individuals named on the attached Exhibit I and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January I, 2023 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article Ill, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: Dated: January I, 2023 EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group Soutb Coast Region AUTHORIZED SIGNERS Scott McArthur, VP Regional Operations Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Reddinger, Area Manager Brian Larinan, Chief Estimator Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Lonnie Wall, Regional Controller ATTESTORS Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Reddinger, Area Manager Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Susan Corkill, Estimating Assistant Nadine Albert, Office Manager Tamara Gelinas, Office Manager Denise Tencza, Office Manager Lonnie Wall, Regional Controller Matt Beiswenger, Construction Manager Jon Hamilton, Construction Manager Greg Pitzer, LP Project Manager Grace Fry, Project Manager Jon Gonzalez, Project Manager Carlos Ruvalcaba, Project Manager EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Larkin, President & CEO Elizabeth L. Curtis, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Kenneth B. Olson, Senior Vice President of Corporate Finance & Treasurer Brian R. Dowd, Senior Vice President Group Operations Michael G. Tatusko, Senior Vice President Group Operations Bradley J. Williams, Senior Vice President Group Operations Premium Included In Performance Bond Travelers: I 077 I 7996 Federal: K4163817S CNA: 30185829 LABOR AND MATESRIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Granite Construction Company, (hereinafter designated as the "Principal"), a Contract for: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 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, Granite Construction Company, as Principal, (hereinafter designated as the "Contractor''), and Travelers Casualty and Surety Company of America* as Surety, are held firmly bound unto the City of Carlsbad in the sum of six million eight hundred twenty-seven thousand one hundred seventy-one dollars ($6,827,171), 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. 0 Revised 6/12/18 Contract No. 6001-22E Page 42 of 148 ,,, .... ,,,,, ,,,, ~RUC,: 11,, .. , ~<:,.-1\i·o······ 'o ,, .:-d'·•oYJ ~~ -:.z, ,, ~o/C> ·-.~~ § ~ { ~~!at Contractor is an individual, it is agreed that the death of any such Contractor ; -~\ ~~,~~$rate the Surety from its obligations under this bond. , ··.~( flt.~~-3.. ' ', ·• IFOT"••• ~ ~ ,,,,,'?siGNER~D SEALED, this 26tb day of · , 20..21..,_ ,,,,,.,,,, G<,.:;rai=u.:::· te::::....:::C:.::.ons=tru..:caa.:L:a:io;.:.:n.,a;Co=mzpan=y _____ (SEAL }Travelers Casua!zy and Surety Company of America• (SEAL) (Principal) (Surety) By: ~f4f;b By: ~8_~ (Signature) (Signature) Scott McArthur, VP Regional Operations Isabel Barron, Attorney In Fact (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. MCMAHON CityA~om By: ~\~-- City Attorney 0 Revised 6/12/18 Contract No. 6001-22E *Federal Insurance Company The Continental Insurance Company Jointly and Severally Liable **Whitehouse Station, NJ, Chicago, IL, respectively Page 43 of 148 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 Ventura On May 1, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_M_c_A_rt_h_u_r ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~--··········1 ••.• : +, SUSAN CORKILL -~• ; Notary Publlc · California : i . . -V@ntura County ~ ~ Commission I 2+41461 - My Comm. Explm Mir 29, 2027 Signature (Seal) 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, accw-acy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz On April 26, 2023 before me, Mariella Rubio, Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ (Seal) Mariella Rubio, Notary Public MARIELLA RUBIO COMM. #2410765 z Notary Public • California ~ Santa Cruz County - Coom . J 14 2026 ~ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attomey(s)-ln-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this April 26, 2023 ~ ~~-l Kevin E. Hughes,Assltant Secretary To verify the authenticity of this Power of Attomey, please c:.,/1 us at J ·800-42J-3880. Please refer to the above-named Attomey(s}·ln-Fact and the deulls of the bond to which this Power of Attomey Is attached. CHUBB. Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Isabel Barron, John D. Gilliland, Maria Gomez, Roberto J. Rivera-Rodriquez, Mariela Rubio, Ashley Stinson and Tobi Telesco of Watsonville, California •··································································----·----················---···-············ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any Instruments amending or altering the same, and consents to the modiflcatlon or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 28,. day or February, 2023. STATE OF NEW JERSEY County of Hunterdon 55. On this 28•• day of February 2023 before me, a Notary Public or New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power or Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herselr and himself did depose and say that they are Assistant Secretary and Vice President, respectively, or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power or Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Alben Contursi NOTARY PUBUC Of NEW Jf.RSEY No 502011.369 Commission Explru Aqust 22.2027 CERTIFICATION Resolutions adopted by the Boards of Directors or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: •RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a •written Commitment"'): (1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-In-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for In such person's written appointment as such attorney-In-fact (3) Each of the Chairman, the President and the Vice Presidents or the Company Is hereby authorized, for and on behalf of the Company, to appoint In writing any person the attorney•ln- fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments ohhe Company as may be specified In such written appointment. which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman. the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwlse, such Written Commitments of the Company as are specified In such written delegation, which spedflcatlon may be by gener.11 type or class of Written Commitments or by specifkatlon of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution. and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise val Idly granted or vested." I, Dawn M. Chloros, Assistant Secretary or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board or Directors or the Companies are true, correct and In full force and effect, (ii) the foregoing Power or Attorney Is true, correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station, NJ, this April 26, 2023 IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER. PLEASE CONTACT US AT: Tele hone 908 903-3493 Fax 908 903· 3656 e-mail: sure ll!'chubb.com Combined: FED-VlG-Pl·'M'IC-AAIC (rev, 11·19) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Ashley Stinson, Tobi Stonich Telesco, Isabel Barron, Roberto J Rivera-Rodriguez, Maria Gomez, Mariela Rubio, Individually of Watsonville, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions. printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 22nd day of June, 202 1. The Continental Insurance Company Paul T. Bruflat State of South Dakota, County of Minnehaha, ss: On this 22nd day of June, 2021, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. ! ................................... ~-------i : M. BENT $ f~NOTARVPUeUC~i $~SOUTH -~ ................................................. My Commission Expires March 2, 2026 /YI.~ M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this April 26, 2023 The Continental Insurance Company D. Johnson Assistant Secretary Form F6850-4/201 2 Go to www.cnasuretv.com >Owner/ Obligee Services> Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company at a meeting held on May I 0, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25tl, day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers'") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." Premium Amount: $15,020.00 Travelers: 107717996 Federal: K41638175 CNA: 30185829 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Granite Construction Company, (hereinafter designated as the "Principal"), a Contract for: 2022 RESURFACING AND RESTRIPING CONTRACT NO. 6001-22B!KE 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, Granite Construction Company, as Principal, (hereinafter designated as the "Contractor"), and Travelers Casualty and Surety Company of America* as Surety, are held firmly bound unto the City of Carlsbad in the sum of six million eight hundred twenty-seven thousand one hundred seventy-one dollars ($6,827,171), 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. 0 Revised 6/12/18 Contract No. 6001 -22E Page 44 of 148 '''""''''' ,,,, c,10,v ,,,, $'' ~~··\:i):t"f··•fo ......... .. ,.1;:f. _.:q_O .._ "> \ ~ ~ ::;//~ ~d:J?, ~~~ § 8 {" ~~~tSat Contractor is an individual, it is agreed that the death of any such Contractor ~ i\. s~I n~>M~rate the Surety from its obligations under this bond. ~ '<'.1. •••• CA\.\!,••• " ... ,,,;i,~·E~D SEALED, this 26th day of April , 20_23_ ,,,,,,,,,,~~ -------------- Granite Construction Company (Principal) By: ;i,1:(JJV./M-i. 7 (Signature) Scott McArthur, VP Regional Operations (Print Name & Title) (SEAL) Travelers Casualty and Surety Company of America~SEAL) (Surety) By:(~8~ (Signature) Isabel Barron, Attorney In Fact (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. MCMAHON CityAtt~me By: -+-------C-ity-A~tt"'-o-rn_e_y ____ _ ft Q Revised 6/12/18 Contract No. 6001-22E *Federal Insurance Company The Continental Insurance Company Jointly and Severally Liable **Whitehouse Station, NJ, Chicago, IL, respectively Page 45 of 148 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 Ventura On May 1, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_M_c_A_rt_h_u_r _________________ -----,-__ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ ~-···········1 ' ,. SUSAl'I CORKILL : ' · ·~ ; l'lotary Public • California : i . -Ventura County ~ i Commission II 2 « 1461 My Comm. Expires Mar 29, 2027 (Seal) 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. accw·acy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz On April 26, 2023 before me, Mariella Rubio, Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIELLA RUBIO ~ COMM. #241 0765 ~ Notary Public • California ~ Santa Cruz County -Coom. . J 14 2026 Signature ~ (Seal) Mariella Rubio, Notary Public ~ TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY ,<NOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint label Barron of WATSONVILLE , Callfomla , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto aff1Xed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ~;:-.~,. OTMl"f .... UlloilC -Anna P. Nowlk, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory In the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is In writing and a copy thereof Is filed In the office of the Secretary; and It Is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 26th day of April To verify the authentldty uf this Power uf Attorney, please call 116 at Z-800-421-3880. PIBIIMI ,..,_. to the llbow-named Attomey(s}-ln-FIICt and the det:11//s of the bond to which this Power of Attorney Is atbldHKI. L U 79· Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, thal FEDERAL INSURANCE COMPANY, ai1 Indiana corporallon, VIGILANT INSURANCE COMPANY, a New York corporation, PACTFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constflute and appoint Isabel Barron, John D. Gilliland, Maria Gomez, Roberto J. Rivera-Rodriquez, Mariela Rubio, Ashley Stinson and Tobi Telesco of Watsonville, California--------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney-In-Fact to execute under such designation in I heir na mes and to affix their corpora le seals lo and deliver for aud on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof(other than ball bonds) given or executed In the course of business, and any Instruments amending or ailerlng the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents aud a ffixed their corporate seals on this 28"' day of February, 2023. STATE OF NEW JERSEY County of llunterdon ss. On this 28"' day of February 2023 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respeclively,ofFEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, beltig by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Albar,Contunl NOTARY PUBLIC Of Ntw JOISFf No 50202369 Commissoon E,q,ire• Aiocwt 22, 2027 ~- No,ary Public CERTIFICATION Resolutlons adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVEm, that the following authorizations relate to the e.xecutlon, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman, the President and the Vice Presidents or the Cornpany Is hereby authorized to execute any Written Commitment For and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-In-fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Comp•ny. under the seal of the Company or otherwise, Lo the extent thet such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-In-fact (3) Each or the Chairman, the President and the Vice Presidents of the Company Is hereby •uthorlzed, for and on behalf of the Company, to appoint In writing •ny person the attorney-in- fact of the Company with Full power and authority to execute, for and on behalf orthe Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be speclOed in such written appointment, which spec!Ocatlon may be by general type or class of Written Commitments or by speclOcatlon or one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents or the Company is hereby authorized, For end on behalf or the Company, 10 delegate in writing to any other officer of the Company the authority to c.xecute, for and on behalf of the Compnny, under the Company's seal or otherwise, such Written Conunltments of the Company as are specified In such written delegation, which speclncatlon moy be by general type or class of Written Commitments or by speclficetlon of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED. that lhe foregoing Resolution shall oot be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company. and such Resolution shall not limit or otherwise affect the exercise of any such power or authorityothenvise VBlldly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN JNSURANCE COMPANY (the "Companies") do hereby certify that (t) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full force and effect, (11) the foregoing Power of Al1orney Is true, correct and In full force and effect Given under my hand and seals or said Companies at Whitehouse Station, NJ, lhls April 26, 2023 CJC).UJ)..._ m . ~~ IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER ~ATTER, PLEASE CONTACT US AT: Tele hone 908 903-3493 Fax 908 903-3656 e-m.~aie;.l:.:,s::,<u~rea!.l'=~ha!.ubb=.c~o"-'m~------------------l Combined: FED-VIG-PI-\NFIC-AAIC (rev 11-19) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AJI Men By These Presents, That TI1e Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State oflllinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Ashley Stinson, Tobi Stonich Telesco, Isabel Barron, Roberto J Rivera-Rodriguez, Maria Gomez, Mariela Rubio, Individually of Watsonville, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instnm1ents were signed by a duly authorized officer of the insurance company and all the acL5 of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. ·nus Power of Attorney is made and executed pursuant to and by authority ofU1e By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, TI1e Continental Insurance Company has caused these presents lo be signed by its Vice President and its corporate seal to be hereto affixed on this 22nd day of June, 2021. The Continental Insurance Company Paul T. Bru:flat tale of South Dakota, County of Minnehaha, ss: On this 22nd day of Jw1e, 2021, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in U1e City of Sioux Falls, State of South Dakota; that he is a Vice President of111e Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instnunent; that he knows the seal of said insurance company; U1at U1e seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed lus name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. /YJ. ~ My Commission E,q,ires March 2, 2026 M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary ofTI1e Continental lnslll'ance Company, a Pennsylvania insurance company, do hereby certify that tile Power of Attorney herein above set forth is still in force, and further certify Umt fue By-Law and Resolution of tile Board of Directors of the insurance company printed on U1e reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and a1T1Xed the seal of tJ1e said insurance company this April 26, 2023 The Continental Insurance Company , onn F6850-4/2012 D. Johnson ~ Assistant Secretary Go to www.cnasurety.com > Owner/ Obligee Services> Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By-Laws and Resolutions ADOPTED BY TIIE BOARD OF DIRECTORS OF TI-IE CONTINENT AL INSURANCE COMP ANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: 'That any Group Vice President may authorize an otlicer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. 1bis Power of Attorney is signed by Paul T. Bruflat, Vice President, who ha~ been authorized pursuant to tl1e above resolution to execution power of attorneys on behalf of The Continental Insurance Company. Dus Power of Attorney is signed and sealed by facsimile under and by the autl10rity of tl1e following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has auiliorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments oflik:e nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy fonnat, may be provided via facsinule or otherwise in an electronic fonnat (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Autl10rized Officer shall be valid and binding on the Company." 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 Granite Construction Company whose address is 585 West Beach Street, Watsonville, California 95076 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 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E in the amount of $6,827,171 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. ,, •+;' Revised 6/12/18 Contract No. 6001-22E Page 46 of 148 Revised 6/12/18 Contract No. 6001-22E Page 47 of 148 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 ,~ 4-. Revised 6/12/18 Contract No. 6001-22E Page 48 of 148 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 ,~ 4-. February 27, 2023 ADDENDUM NO.1 ( City of Carlsbad RE: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING BID NO. PWS23-2082TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: March 14, 2023 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 -~~---L-· _P.__ ~~1----------__;_/..:....A::.:..:...n.gell Reyna, Senior Estimator Bidder's~ Granite Construction Company Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t From: CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING Contract No. 6001-22E Bid No. PWS23-2082TRAN Addendum No. 1 Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 59 pages (including this page) Date: February 27, 2023 Bid Opening Date: March 14, 2023 -11 :00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Tuesday, March 14, 2023, 11 a.m. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to March 14, 2023, at 11 a.m. Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 ITEM NO. 2: ENGINEER'S ESTIMATE Delete the Engineer's Estimate of $4,821 ,000 and replace with $4,744,000. ITEM NO. 3: CONTRACTOR'S PROPOSAL Schedule "A" -Items A-12, A-13 , A-14 , A-15, A-16, A-20, and A-21 quantities revised. -Items A-12, A-14, A-15, and A-16 description revised. -Item A-15 new item added to correct Cannon Rd. grind/ overlay from 3" depth to 2" depth. Schedule "B" -Items B-10, B-11 , B-12, B-13, and B-14 quantities revised. -Items B-12, B-13, and B-14 description revised. -Item B-14 new item added to correct Cannon Rd. grind/ overlay from 3" depth to 2" depth. Replace the Contractor's Proposal (pages 13-23) in its entirety with Attachment A. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO SPECIFICATIONS ITEM NO. 1: 7-5 PERMITS Delete section 7-5.1 "Resource Agency Permits" and add section 7-5.1 "Relations with the Railroad" as follows, 7-5.1 Relations with the Railroad. 7-5.1.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein after collectively referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. 7-5.1 .2 Right of Entry Permit. It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit District Board, (The Board), prior to the commencement of any work. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway .flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor may be required to make a deposit to NCTD. The deposit to NCTD will be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefor. The Contractor after receipt of the Right of Entry Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 1 2 Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.1 .3 Railroad Requirements. The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 760-966-6504 760-754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. 7-5.1.4 Requirements for use of Railway Flaggers. Railway Flaggers may be required on this Project. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. The Contractor shall be responsible for coordination with NCTD to schedule Railway Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor. ITEM NO. 2: 9-4 BID ITEMS Add the following bid item: Construct 2" Type 111-C2-PG 64-28PM-R15 AC (WMA Additive Optional) (on Cannon Rd. Only) (Tons) The contract unit price paid for this bid item shall constitute full compensation for two (2) inches deep of asphalt concrete (AC) in areas where overlay is shown on the project Plans; all of which conforming to the requirements in Section 203-6. Warm mix asphalt (WMA) additive may be used as an option to help facilitate proper compaction requirements. No additional compensation shall be allowed. For bid items relating to asphalt concrete, revise/ modify Greenbook section reference as follows, Delete "all of which conforming to the requirements in Section 203-5" and replace with "all of which conforming to the requirements in Section 203-6." MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE PLANS ITEM NO. 1: REVISED OR ADDED SHEETS Replace Sheets 2, 3, 22, 39, 40, 41 , 42, 43, 45, 5A, 14A, 23A, 27A, 28A, and 39A w ith the revised sheets in Attachment B. Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 3 MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE APPENDICES Add Attachment D as Appendix D -Caltrans Approved Lane Closure Charts. This applies to Schedule "B" only. QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. Can you please provide quantities per street for the project? Mainly Square footage of paving and square footage of Slurry per street. Yes, please see Attachment C -East-West Corridor Resurfacing and Restriping Street List Qtys. 2. Please indicate if any of the quantities for Cold Plane and HMA are for base repairs in the slurry seal streets. No, the assumption is that only 2" depth AC grind/patch would be needed in the slurry seal streets per the city inspector direction; however, if any localized base repairs are necessary, that would be identified and directed by the city inspector. 3. Can the City re-issue plan sheets 3 & 4 with one color for overlay streets and another color for slurry seal streets? No, but please look at Attachment C for more details. 4. Carlsbad Village Dr Plan sheet 3 shows the bid alternative limits stopping before the 1-5 SB Off Ramp and 1-5 SB On-Ramp. Plan sheet 5A shows the limits going thru the ramps. Can the City designate which plan is correct and exactly where the work limit stops? The City is waiting for Caltrans approval to do the work within their R/W and upon approval, Contractor will remove Sheet 5 and replace with Sheet 5A, Sheet 39 with Sheet 39A, etc. However, in the worst case should Caltrans not approve the work within their R/W, Schedule B will be removed from the contract and no work will take place in Caltrans R/W (though this is unlikely as the City is very close to approval). 5. La Costa Ave Plan sheet 4 shows the bid alternative limits stopping before the 1-5 SB Off Ramp and 1-5 SB On-Ramp. Plan sheet 39A shows the limits going thru the ramps. Can the City designate exactly which plan is correct and exactly where the work limits stop? Please see response to Question No. 4. 6. Contractor's Proposal Item No. A-12 Cold Mill 2" AC and Dispose Grindings -For Patching Only. Can the City provide a breakdown by street , listing all the individual patches for the 44,953 SF of quantity? Yes, please see Attachment C -East-West Corridor Resurfacing and Restriping Street List Qtys. 7. Contractor's Proposal Item No. A-13 Cold Mill 3" AC and Dispose Grindings. Can the City provide a breakdown by street, listing all the individual streets for the 729,880 SF of quantity? Yes, please see Attachment C -East-West Corridor Resurfacing and Restriping Street List Qtys. Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 1 4 8. Contractor's Proposal Item No. A-14 Construct 2" Type III-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only (at 2" cold mill and removal locations). Is this asphalt to be used after A-12 Cold Milling? If so, there is a bust, the City's quantity should be approx 560 Tons, not 56 Tons. Can the City recalculate Bid Item A-14? Also the item is listed as RO, should that be R 15? We have corrected the issue and made quite a few changes and updated all of the bid items for both Schedule A and Schedule B. Also, the AC meant to be used for patching (i.e., 2" Type III-C3-PG 64-10-RO) is correct and supposed to contain 0% RAP (i.e., virgin AC). Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 1 5 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 1 6 CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-22E 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Not in Caltrans Right-of-Way) Item No. Description A-1 Mobilization at (Price in Words) A-2 Public Notification of Work at (Price in Words) A-3 Prepare Water Pollution Control Program at (Price in Words) A-4 Temporary Drainage Inlet Protection at (Price in Words) Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 1 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) Stipulated $50,000 1 LS $ 1 LS $ 1 LS $ 7 Item No. Description A-5 Prepare Traffic Control and Detour Plans at (Price in Words) A-6 Traffic Control Plan Implementation at (Price in Words) A-7 Street Sweeping and Dust Control at (Price in Words) A-8 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) A-9 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) A-10 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) A-11 Remove Existing Thermoplastic at (Price in Words) A-12 Cold Mill 2" AC and Dispose Grindings - Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 28 EA 1 LS For Patching Throughout Project & 81,107 SF Cannon Road Overlay at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 Unit Price (Figures) $. ___ _ $. ___ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $. ___ _ $. ___ _ 8 Item No. Description A-13 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) A-14 Construct 2" Type III-C3-PG 64-10-R0 AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) A-15 Construct 2" Type III-C2-PG 64-28PM- R 15 AC (WMA Additive Optional) ( on Cannon Rd . Only) at (Unit Price in Words) A-16 Construct 3" Type III-C2-PG 64-28PM- Approximate Quantity and Unit 674,044 SF 377 TON 637 TON Unit Price (Figures) $ ___ _ $ __ _ $ __ _ R 15 AC (WMA Additive Optional) ( on La 12,638 TON $ ___ _ Costa Ave. and Olivenhain Rd.) at (Unit Price in Words) A-17 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DETACK detackifer shall 770 BOXES $. ___ _ be used on all crack seal immediately following application) at (Unit Price in Words) A-18 Rout cracks (using Crafco Model 30 or approved equal) as directed by City 12,738 LF inspector at (Unit Price in Words) A-19 Protect Utility Covers, MH, and vaults in place at Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 1 LS $ ___ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ ___ _ $. ___ _ $ ___ _ $ ___ _ 9 Approximate Total Item Quantity Unit Price Amount No. Descri~tion and Unit (Figures) (Figures) (Price in Words) A-20 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual 792 ELT $ $ Asphalt (in bike lanes and buffers) at (Unit Price in Words) A-21 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual 2,197 ELT $ $ Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) A-22 Install Dual Curb Ramps; Caltrans Std. 1 EA $ $ Plan ABBA, Detail A at (Unit Price in Words) A-23 Install Curb Ramp; Caltrans Std. Plan 7 EA $ $ ABBA, Detail B at (Unit Price in Words) A-24 Install Curb Ramp; Caltrans Std. Plan 1 EA $ $ ABBA, Case C at (Unit Price in Words) A-25 Temporary pavement markers at 1 LS $ (Price in Words) A-26 Striping, Thermo, and RPMs per Plans 1 LS $ and Caltrans Details at (Price in Words) Contract No. 6001 -22E -PWS23-20B2TRAN 10 Addendum No. 1 Item No. Description A-27 Install Blue fire hydrant reflective pavement markers at (Unit Price in Words) A-28 Replace water valve and survey monument boxes and adjust to grade at (Unit Price in Words) A-29 Adjust manholes to grade at (Unit Price in Words) A-30 Replace Traffic Signal Detector Loop, Type D at (Unit Price in Words) A-31 Replace Traffic Signal Detector Loop, Type Eat (Unit Price in Words) A-32 Replace Induction Loop System and Install Video/ Radar Detection System (La Costa Ave./ Saxony Dr. Intersection) at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 Approximate Quantity and Unit 65 EA 15 EA 10 EA 1 EA 4 EA 1 LS $ $ $ $ $ Unit Price (Figures) $ $ $ $ $ $ Total Amount (Figures) 11 SCHEDULE "B" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Within Caltrans Right-of-Way) Item No. Description B-1 Prepare Water Pollution Control Program at (Price in Words) B-2 Temporary Drainage Inlet Protection at (Price in Words) B-3 Prepare Traffic Control and Detour Plans at (Price in Words) B-4 Traffic Control Plan Implementation at (Price in Words) B-5 Street Sweeping and Dust Control at (Price in Words) B-6 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) B-7 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS Unit Price (Figures) Total Amount (Figures) $ __ _ $ __ _ $ ___ _ $ $ $ $ 12 Item No. Description B-8 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) B-9 Remove Existing Thermoplastic at (Price in Words) B-10 Cold Mill 2" AC and Dispose Grindings - For Patching Throughout Project & Cannon Road Overlay at (Unit Price in Words) B-11 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) B-12 Construct 2" Type I II-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) B-13 Construct 2" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on Cannon Rd. Only) at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1 EA $ $ 1 LS $ 55,561 SF $ $ 59,850 SF $ $ 71 TON $ $ 623 TON $ $ 13 Item No. B-14 Description Construct 3" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on La Costa Ave. Only) at (Unit Price in Words) B-15 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex Approximate Quantity and Unit 1,122 TON Unit Price (Figures) $ ___ _ 670 (Polyskin) (DETACK detackifer shall 15 BOXES $ ___ _ be used on all crack seal immediately following application) at (Unit Price in Words) B-16 Rout cracks (using Crafco Model 30 or approved equal) as directed by City inspector at (Unit Price in Words) B-17 Protect Utility Covers, MH, and vaults in place at (Price in Words) B-18 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at (Unit Price in Words) B-19 Slurry Seal, Type 11-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) B-20 Temporary pavement markers at Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 255 LF $ ___ _ 1 LS 10 ELT $ ___ _ 60 ELT $ ___ _ 1 LS Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ 14 Item No. Description (Price in Words) B-21 Striping, Thermo, and RPMs per Plans and Caltrans Details at (Price in Words) B-22 Replace Traffic Signal Detector Loop, Type D at (Unit Price in Words) B-23 Replace Traffic Signal Detector Loop, Type Eat (Unit Price in Words) Approximate Quantity and Unit 1 LS 34 EA 127 EA Unit Price (Figures) $ __ _ $ ___ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ The City of Carlsbad shall determine the low bid based on the sum of Schedules "A" and "B". After the low bid has been determined, the City may, at its sole discretion, award the Contract based on the total of both schedules or on the total of Schedule "A" alone. Price(s) given above are firm for 180 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 ___________ , classification _______ which expires on ___________ , and Department of Industrial Relations PWC registration number ___________ which expires on ___________ , 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 Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 15 City § 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm , or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud . Accompanying this proposal is ______________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname) of proprietor ________________ _ (3) Place of Business __________________________ _ (Street and Number) City and State ___________________________ _ (4) Zip Code _______ _ Telephone No. ______________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 16 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _________________________ _ (Street and Number) City and State __________________________ _ (4) Zip Code ______ _ Telephone No. _______________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) __________________________ _ (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of ________________ _ (4) Place of Business _________________________ _ (Street and Number) City and State __________________________ _ (5) Zip Code _______ _ Telephone No. _____________ _ (6) E-Mail __________________________ _ NOT ARIAL 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: Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 18 ATTACHMENT B REVISED OR ADDED PLANS Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 19 0oc1£ignE1w.iop.10 NY731~n -00,~e.e5ei52101" Michael Baker 5050Awnda&tartas St:ne 260 carl!bad, CA 92008 PJKne:(760)47H193 I N T E R N A T I O N A L MBAKERlNTl.CCM / ... ~ ~~ ~ ,&E-E'1IDJ L.,.TS Cf' PRQ..l:CI CARLSBAD ~LLAGE DR SHEETS 5-12 -TAMARACK AVE SHEETS 13-21 CANNON RD SHEETS 22-26 POINSETTIA LN SHEETS 27-38 LA COSTA AVE SHEETS 39-44 //:==~-=---~~ OLIVENHAIN RD-- SHEET 45 ~ "AS BUILT" P.E. ___ EXP.____ DATE REYlEWED BY, INSPECTOR 01\TE 2 ENGlNEERING DEPARTMENT 45 · I~ I I~~ ,1-'I CITY OF CARISBAD 1-'1 ~ SI n;::;::s~~R1=RESURFAONG~DREsmP1NG IRQW KEY MAP I I I I I I ·-~ . 11 ,-{;2 APPROVEOcTH~AS FRANK sZ ♦ j -2/1/2023 . --·-;i-____ __ ___ __ ,1 JIWl] r, CITY ENGNEIR RC[ 49070 EXP.!i/J0/2• ~ 2/lfJ/'IJ RKZ D"TE INITlA.L ENQNEER Of WOR!C IA Rfv'Sc.--0 W TS r:F P<tQ.£CJ 2/ 2/20fi __ _ D"TE INITIAL DATE INITIAL IRVWU BY: --11 PROJECT NO. II DRAWING NO. REVISION DESCRIPTION 01HCR APPROVAi. or, N'PROVAL CHKO BY, 6001-22E 541-2 ~ .., " "" .., R ' ;c;; ~ ..-< "' ~ ~ :i I!' ~ 0 :;; "' el, 0 d, :(? :1; ;:;- ..- ~ ::, 0 ~ ! ~ f B; z < ~ ~ ;>- ~ 5 0: ~ \;? ,= ~ :s ~ ~ ~ ~ :1; ;:;- ~ 0 ;';- 8 0: 3- ~ u ~ ~ ~ "' ::, "' ~ E! < '::l '! ;>- / CJoct.&un&w.t,p.D:AU'7317!!,.8CM.,111511-IE15.3".Ell5ee;21'07• LEGEND: -OVERLAY -SLl-'<RY SEAL (TYPE I k TYPE II -SE£ CROSS SECTION) !DOD 500 0 I ~ !O!JO 20!J(J r SCALE: ,~.,oocr Michael Baker 5050AvsidaEflaW Sl:ltl'16tJ c.mbad.CA92008 Ptlc:n,:(7f/0)4l6,919J I N T E R N AT I O N A L MBAKERIN7LCOM (") ~ W, ~ , ~ R~J TO 810 cAfU-SBAD V\t.V,.GE OR RNATIVE ~ w ~ i w ~ ~ REFER TO BID ALTERNATIVE L 8',l<[>lS(lllJl,'1JS ~ SIJJRRY SEAi. )'; ~ 6 .,, 1 g \ T~CKAVE_ SLURRY SEAL TYPE I & II CROSS SECTIONS: BIKE LA.'E 6'-8' SUCFtR 2·-4• SLU<RY SEAL -TYPE I REFER TO SPECIFICATIONS PARKING l.AI£ SUCFtR 7' 1_'___ REFER TO SPECIFICATIONS TRAVEL LAI£ 10·-12· TRAVEL LAI£ 10'-12· SLU<RY SEAL-TYPE I I BIKE LAI£ 5•-e· SUCFER ~ BIKE LAI£ 6'-8' SLl.lsRY SEAL -TYPE I I REFER TO SPECIFICATIONS TRAVEL LA>£ _ _!Q~_ SLU<RY SEAL-TYPE II TRAVEL l.AI£ 10·-12· ~ a::: ~ J -' w .,,. \ ~ \ CARLSBAD VILLAGE DR '-e I a...... g t;: m rt\ , ~ "AS BUil T" P.E. ___ EXP.____ DATE REVIEWED BY, INSPECTOR DA TE I I I I I I I --, 1 SHEET I CITY OF CARLSBAD I SHEETS 1 ~~======~~~~======tt====================================================t~======~~========~~======~~=======:=: ~:~~:S~:::~:::A::~ORESTRl:l:G I IROW SLURRY LIMITS !I I I -· &-:' APPROVED, THOMAS FRANK J I <J' J _. 2/1/2023 I QTY ENGINEER RCE •SX>70 EXP.9/J0/2:4 ~ 2/20/1.J RKZ /A\ Rf:...isEO Ul.1'9$ Of' SlUAAY SEAL 2 2Z/20l3 I r DATE INITIAL DAit INITIAL OATE INITIAL IRVWO BY: --1 l PROJECT NO. IENQNEER ~ ..,.. REVISION DESCRIPTION 01HE!! ,,,._.,._ OTY _..0,., CHKD BY, __ 6001-22E ,:, "' .,., .. .,; ~ 0 ~ ~ ,-. "' " ~ !;i ~ e: \;? 0 > 0.. I 8 I ~ "' I: ~ :> 0 0 ::, ? ~ "' ~ ! 0 0 "' '.:!-"' ~ 5 ~ " z E ~ ~ ~ g "' ;::-;! cl c ~ ? 8 0: ::is u "' ~ "' a, ::, "' ill ~ < ~ ~ '.:!-/ Cloel.l&iQnEnv•bQelO·ACTTJt~n-801~E~7074 Michael Baker 5050AVtWWE~ Sl!ire260 carl!bad, CA 92008 Phool:{760)476-9193 I N T E R N A T I O N A L MBAKERINrt.COM ~ I ~, ii 48' lRANSITICN J 10-; iO' I rr~ 0i I I I I I o';AJ' ';AJOO Ol C/l 1 'Ji 102' CONSTRUCTION NOTES @INSTALL TYPE IV ARROW (ORIENTATICN PER PLAN) PER CALTRANS STD PLAN A24A. (g) INSTALL TYPE V 11 ARRO• (ORIENTATICl'l PER PLAN) PER CAL.TRANS STD PLAN A24A. @) INSTALL >£UE1ID BICYCLIST SYMBOL AfO ARROW PER CA i,UTCO FIGrne: 9C-3 (OPTICl'l B) AfO DETAIL "A" Cl'l Sl£ET 1. SPAct: MARKl'-GS APPROXIMATELY 300' FROM EACH OTK:R. @) PAINT GREEN BIKE LAI£. DI.O.SICl'lS PER PLAN. @ INSTALL GREEN BIKE LAI£ SKIP PER DETAIL "E" Cl'l Sl£ET 1. @INSTALL 12" nt:R>«Jf'LASTIC •HITE 45-oEGl<EE HATCHIMl AT 45' SPACIMl. @ INSTALL RAILROAD CROSSIMl SYMBOL PER CALTRANS sro PLAN A248. @INSTALL 24" WHITE LIMIT Ll,C. @CONTRACTOR IS REQUIRED TO OBTAIN ALL ..Cct:SSARY PERMITS FROM TH;: NCRTH cru,ry TRANSIT DISmICT FOR CCl'lSTRI..CTICl'l It.f'ROVDENTS IN TH;: RAILROAD RIGHT <:17 WAY. &,IJl0£D COHS1'0CTION NO'! IW lt<AN:;iJ f lUN rl 205' ~ T'f'ER >-~939' -s Q TYP~ ,n· 120· 459•~ @ a· :J.5' 20.54 ' 10' io' :s· 8' (si)(L) 0 ~ ~ Ej Ol '< 0 Q!J}940' >-s Q @s,· ,~~lii J' 10 I 10· IT2·I I :J @227' 10.5•x101· s ,~ _J ,~ &.coco C<M"R.JC'lCtl •orr -s·(jg), I -~ -i ,~ 8'~:r: :J.5' V) 110· w ~ !!-! . @:· \@ss· 1 , -./ 0 ff CANNON ~ ;r J69' ~:~ ·~· .,; ~ mg LEGEND: ~ © @ §) ~ ,.,('-do' @) ®) @ 12' EXISTIMl TO REMAIN. INSTALL CALTRANS STRIPISIJ DETAIL PER N.A.4131:R NOTED, INCLLOISIJ INSTALLATICl'l <:17 RAISED PAVE>t:NT ~- INSTALL SIGN(S) AfO POST IF RECIUIREO AS NOTED. INSTALL PAVElENT MARKIMl OR ARROW AS NOTED. REFRESH EXISTIMl PAVE>ENT MARKIMl. RELOCATE EXISTIMl SIGN($) TO ..CW POST ( IF APPL I CABLE) AS NOTED. REMOVE BY GRINOIMl ALL EXISTIMl CCl'lFLICTIMl mAFFJC STRIPIMl, MARKISIJ. OR ARROW AS NOTED, INCLLOIMl RAISED PAVE>t:NT MARKERS. REMOVE AfO SALVAGE SIGN AfO POST AS NOTED. SIGNAL I ZED INTERSECT I CN EXIST!Ml SIGN (Cl'£ POST) NEW SIGN ( Cl'£ POST) EXISTIMl •IDTH PROPOSED WIDTH 82' < 77• I~ 8.5'X82' 6 &= ce><SIR(; T10N •orr L!,.RE',IS[O LIITS ~ PRO.CCC "AS BUil T" 40 ' 20 0 ~ 40 ~ BO ~ 120 ~ P.E. ___ EXP.____ DATE SCALI:, I "=-40' REVIEWED BY, INSPECTOR DATE r@l CITY OF CARLSBAD I SHEETS I I I I I I I I I LE..J ENGINEERING DEPARTMENT 45 IMPROVEMENT PLANS FOR 2022 EAST-WEST CORRIDOR RESURFACING AND RESTR/PING CANNON ROAD I I I I I I I !ROW SIGNING & STRIPING PLANS I t----t--+----------------i-----ir---i-----1~--i / .-rt2-APPROVED: THOMAS i!v~~~, I 4. 2/20/23 I RKZ 1 · tfATC[iNilfA[ ENGf<iEER ~'l'!OltK \REVISED LIN.F'S OF PfiCM:Cl/At()EI) CONSTRUCTICN "'OTE REVISION DESCRIPTION 2'/fZ/202'] OAT£ f.llTIAI. DATr INITIAL OTHER -'f'PROV~ OTY APPROVAL CITY ENCINEIR Ra: ~i070 EXP .9/30/24 ~ IRVWO BY'-1[ CHKO BY, __ PROJECT NO. 6001-22[ ]I ORAWINC NO. 541-2 ~ "' " I ;J 2 '-,:::: ;:,. < ~ :i ~ "' ~ "' :'i ~ 0 I? ~ I ~ ., ~ I :::: a1 a ~ < '.:!- .. ~ ::, 0 ~ l ~ I); z < ~ §: < '.:!- "' ~ 5 ~ " z E < ls g ::, "'1 :il G; ., ;;- ~ f ~ 3-8 0: ~ u ; < a, ::, <i il\ ~ < ':l ~ '.:!-/ 0..CUSO"I El'IWlapt D AFS7311a-8CIIA,..A577.801S.S-.E.858527D74 ~ ' ' ~ ' @ ro a.. Cl) u.. ~ I.O u.. <{ ..!. 0 Q'. t --------- / ------------------...... ~&, ~ (/) 'iJ OJ ~ 971. LACOSTA AVE ---·---··- ----------~~-'< C17rci,-~ Dvc1,-1r.';.' .....___ ·~11/,,. .....___ " .. '"-=, ------ --------- ·1 .I 1)~ ~i -0 0 -i- @ f~ en Q ~l.L.~ (() l.L. <( ---------..!. 0 a:: ---------- '! .......__ @ I j 11 j -\ \ \~ \o i:t t~ \ ~ \ I \~ ,o· ~OJ ,o· . r '~ ~:~ ~ /~// 51 J' ~ 56 67:C~ 63 TYP / Cl) 12 7• / 53 / <( / a:: / Q o/ W ~ '"ANS I f!O< -a5 · TRANS IT !ON __, ii ; ] • -a, r@ \ \ """' r ,,if' w ,= .. ""' n' " " '"""", " " _;;. •· L • -.-•·.,. • ~ lJ,J ~ ~ --10:---j C/l I _ 10• 10' .. ------,o ~41 Zw I • . 12 ,~ --o· --- --/;? ~ ~ ---1 --~ i . 1o:_:_ --~ -~ ~ 1o: _ -= --------Af'PRO)(IMAf[CITYCF~TAS Rf•---------=---10:.2•= i; -►-r-~· ~ _ _ -----. ~ U ~ -10 6 @J -;z ii _,.,-6"2' 5' 2· ►~ 11BJ' ✓-LACOSTAAVE :l9 1180' 56 6.ITYP -----li ~ I CONSTRUCTION NOTES @) INST ALL 12" TIERMOPLASTIC WH !TE LIM IT LIi£. ®) REPAINT MEDIAN '°5E YELLOW. SEE BID ALT ___J PAGE 39A I ® INSTALL co<Tll£NTAL CROSS11ALK (WHITE lU..ESS Oll£R!IISE OOTED). SEE OETAIL "8" O< S>£ET 1. @) INSTALL HELMETED BICYCLIST SY'6CL A,0 ARROW PER CA WTCO Fl= 9C-J (CPTION 8) Ai'O DETAIL "A" ON S>£ET 1. SPACE MARKINGS APPROXIMATELY JOO' FROM EACH OTHER. @) INSTALL 12" TIERMOPLASTIC WHITE 45-DEGREI HATCHII-Kl AT 45' SPACII-Kl. @ INSTALL SIGNAL LOCPS PER CITY OF CARLSBAD STANDARD. COO,OINATE LOCATION AND INSTALLATIO< SPECIFICAT!Gt<S WITH CITY OF CARLSBAD CITY Et-Klll£ER. @co<rRACTOR IS REQUIRED TO OBTAIN ALL 1£CESSARY PERMITS FROM TI< CITY OF DCINITAS FOR CONSTRUCTIO< IWROVDENTS IN TI< -'-'<ISDICTIOO Michael Baker 5050Al'Mda&1ala:s """"" c.t~CA9200B CITY OF ENCINITAS ENGINEERING DIVISION APPROVALS RECOMMENDED: ABRAHAM 6ANDEGAN APPROVED: JILL T. BANKSTON CITY ENG:NEER LEGEND: J: EXISTir-«; TO REMAIN. © © ® ® ~o~ ~ ,,~.,,,. ® @) ® INSTALL CA WTCO STRIPII-Kl OET•IL PER t-1.MlER ..:lTED, ltO.Ullt-Kl INSTALLATIOO OF RAISED PAVEMENT ~AA<ERS. INSTALL CALTRANS STR1P[N3 DETAIL PER f-l.M3ER ..:lTED, lt0.Ull"3 INSTALLATION OF RAISED PAVEMENT t,IAl,K[RS. INSTALL S!GN(S) AND POST IF REQUIRED AS OOTED. INSTALL PAVEMENT MAR!<lt-Kl OR ARROW AS OOTED. REFRESH EXISTII-Kl PAVEIENT MARl<lt-Kl. RELOCATE EXISTII-Kl SIGN(S) TO NEW POST ( IF APl'LICABLE) AS OOTED. R[),()VE BY GRl,011-Kl ALL EXISTII-Kl COOFLICTING TRAFFIC STRIPII-Kl, MARKl,i;, OR ARROW AS OOTED, ltO.l.011-Kl RAISED PAVEMENT MARKERS. R[),()VE AND SALVAGE SIGN AND POST AS OOTED. SIGNALIZED INTERSECTIOO EXIST!t-Kl SIGN (01£ POST) NEW SIGN (ONE POST) EXIST!t-Kl WIDTH 12' l'RCPOSED WIDTH Pnffle·(76'J)416-9193 I N T E R N A T I O N A L MIW<ER1Nn.COM ~~'-7'. A. ,~,c I / QO> .A A A ::A:: .7\. r &s.c."ViTJRE: floe,( f~ CITY rs 0.CNITAS QTY ENGNE:tR '<O m-FFIC SIGNAL COECTM LOCPS "AS BUil T" 40 20 0 I I-~ "° 80 ~ 120 ~ P.E. ___ EXP.____ DATE SCALE: 1"'40' REV1EWED BY: INSPECTOR DATE ~ CITY OF CARLSBAD !SHEETS/ ~--+-----if--------------+---+-----i--+---1 ~ ENGINEERING DEPARTMENT 45 ll<PROVEMENT PLANS FOR: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING I.A COSTA AVENUE ROW SIGNING &: STRIPING P NS <7-; J-'2 APPROVED: THOMAS [;r;;,~~l 2/20/23 ·--~~-,; SGNATl-'i[ BLOCIC fa! CITY or ENCNTAS CJTY CHO 2/ 2/ZOZ) I CITY ENGINEER RC£ 49070 DP.9/30/24 ~ OAlE IHlllAl o•rr "'"AL IR\/WD BY: --11 PROJECT NO. I DRA..,NG NO. DATE I IN.lllAL ENCNEDI: <X"WORI<. REVISION DESCRIPTION OlHEl> APPROVAL OTY APPS<>VAL CHKD BY: 6001-22£ 541-2 ::, ., ~ n N a N ...._ s ,_ ., " ~ " ~ ::: ~ a ci .. ~ I ~ :1; ~ i :ll ~ ., ;: ,,, 8 ., ? ,_ 1.\ :, 0 1.\ ;:,; 5 > ~ :J; z ., ~ ~ ;?- ~ 5 ; C) z I= ~ 0 g ~ ~ ;;, ;: ., 0 ;;,, ~ ? § 0: 0: ~ ! :,; ~ ~ :;: ~ ~ ~ OoeuSignEnw~IO"~tn.BCM-..sn..aot~Ees.ll52707A ®\◄ LACOSTA AVE \ ;. ~, «;_t, r ..... ' ~ ~ \-~1 ----- \/'l ~ --1:® i\-------~, ~, ~2· 10' TYP~ \()' 10· ~ ---r -------------AJ'l'l'0"1w-YE en, ~ i:,ct~n,s r,,/w ,o·~· 16' ---614.5'X450' LA COSTA AVE ,1201· I ~ . .:::!.. --====:,'' -Q) -f::f ' . (/) 59 79 ---1 I§ ~ I C L ®\ 469'®1 ®\_ ~5J' §I '";'.\ ®\_◄ ,:•~ ml L ::• -,<> (" = < ,.. -l @ ,._.. ,.. WI •.• . · ~ ~-10' , w --J 10 _ __ 6 .. 2 ~ . --... " -----► st ,7' r r ~ ll~vv~'2· 66J'®\ TYP:\ ®\_ J~ ,o· / ; _!_()' -f ---lw ' .. --.-,,-.-.-.. -~ _ ---.;:,. -,_._._,, · .... Imm~\ :i __ --~ &TNffiSR/il 466 -~ 2 • 6 5'x200·Tc,sr. A (C)ETAIL "B")µ, !!J!~~ l 4 OUAL CASE A (DETAIL A) I -•~nc • '" :,. ®1 ~'® ~ I 257• 39 79 z < 0 .,., , ~D ~650' CONSTRUCTION NOTES @ INSTALL 12" Tt£R),()f'LASTIC WHITE LIMIT LINE. @) REPAINT i,OJIAN >0SE YELLOW. @INSTALL CCNTINENTAL CROSSWALK (WHITE lR ESS OT1£RWISf. NOTEO), Sf.E DETAIL •e• ON S>EET 1. @) INSTALL TYPE IV ARROW (ORIENTATION PER Pl.AN) PER CALTRANS STD Pl.AN A24A. @) INSTALL f£1..METEO BICYCLIST SYltla. »o ARROW PER CA WTCO FIGUlE 9C-3 (OPTION 8) »o DETAIL "A" ON S>EET 1. SPACE W.RKl,t;S APPROXIMATELY :JOO' FROM EACH OT1£R. @ PAINT GREEN BIKE LANE. DIMENSIONS PER FUN. @INSTALL GREEN BIKE LANE SKIP PER DETAIL "E" ON S>£ET 1. @) INSTALL 12" n£RID'LASTIC WHITE 45-0CGl<EE HUCHl"3 AT 45' SPAClt«l. @REMOVE EXIST!t«l Cl.RB RAMP »o REPLACE WITH NEW rulB RAMP PER CALTRANS STD. PLAN ABBA. CASE/OCTA IL PER Pl.AN. @ ~!SH »o INSTALL ITERIS VANTAGE NEXT VECTOR VIDEO RADAR DETECTION SYSTEM FOR LA COSTA AVDU: APPROACHES. DETECTION l.tlITS SHALL BE BRACKET 1,1)(,fflED ON SIGNAL MAST ARM. ITERIS DETECTION SYSTEM SHALL CONSIST CF VANTAGE EXTENSION IIJOU.ES AND CENTRAL CCNTRCl.. lttIT f-OJSED IN TRAF'FIC SIGNAL CABit£T. ITERIS Y.6.NTAGt: NEXT SYSTEM SHALL HAVE A 17" IlRCP DOWN MONITOR. CONTRACTOR SHALL PU.L A SHIELDED CAT 6 CABLE PER ITERIS SPECIFICATIONS IN A COt.f'LIT£ HOME Rt.ti FU.L FROM EACH DETECTION l.tlIT TO CABINET WITH NO SPLICES. CONTRACTOR TO PROGRAM VIDEO CAMERA ANO RADAR SYSTEM TO PROVIDE VIDEO DETECTION AT LIMIT LINE AND RADAR DETECTION FOR ADVANCEO VEHICLES. CONTACT CITY CF CARLSBAD TRAFFIC Et«llNEER FOR DETECTION DETAILS AT LEAST TWO WEEKS PRIOR TO FIELD INSTALLATION. @ CCNTRACTCR IS REC<JIREO TO C8TAIN ALL NECESSARY PERMITS FROM THE CITY CF ENCINITAS FOR CONSTRUCTION IWROVEMENTS IN THE -ISDICTION Michael Baker 50:S()Avet'Jdafnaias St.riw260 c.,-.,CA.920()8 ~.(16())476-9193 I N T E R N AT I O N A L M8MERlNTLcot.1 CJ) a:: LEGEND: ~ © ® ® ~ ,i</,~ ® (@ @ EXISTI"3 TO REMAIN. INSTALL CALTRANS SfRIPI"3 DETAIL PER IUf3ER NOTED, l'°-LOit«l INSTALLATION CF RAISEO PAVEMENT MARKERS. INSTALL SIGN(S) AND POST Ir REQUIREO AS NOTED. INSTALL PAVEMENT MARK!t«l OR ARROW AS NOTED. REFRESH EXIST!..:; PAVEMENT MARKit«l. RELOCATE EXISTlt«l SIGN(S) TO NEW POST ( IF APPL I CABLE) AS NOTEO. REl()VE BY GRINOit«l ALL EXIST!..:; COfl.ICTlt«l TRAFFIC STRIPl"3, MARKl"3. CR ARROW AS NOTED. I'°-LOlt«l RAISEO PAVEMENT MAR!<ERS. REl()VE ANO SALVAGE SIGN AND POST AS NOTED. SIGNALIZED INTERSECTION EXISTI"3 SIGN (CK POST) NEW SIGN (ONE POST) 1.c EXISTIN; WIDTH 12' PROPOSED WIDTH .!_;(-7',. :x::::;>\.. 7<.. 7<.. .A.. .A.. :J,., &,Sll>IA1\JRf !l.OCK 'CR Q,Y CF 0-CNTAS CITY E>,C:tEJl ~TYP --~ 40 20 0 I ~ 10· W 10· 10' ·5C'2' 4<l SCALE 1"-40' ' tn t \., ~ -~JI~ 1 sss· Ii [: "AS BUILT" BO ~ 120 ~ P,E. ___ EXP. ____ DATE REVIEWED BY: INSPECTOR DATE -I SHEET I CITY OF CARLSBAD I SHEETS I I I I I I I I I 40 ENQNEERING DEPARTMENT 45 n«PROVEllENT PLANS FO!t 2022 EAST-WE'ST CORRIDOR RESURFACING NiD RESTRIPING LA COSTA AVENUE I I I I I I I I !ROW SIGNING & STRIPING PLANS I 1-· --+----i·--------------+-----t---t---t·--1 I ~ ,,_/7 APPROVED: THOMAS FRANK I IA\SGHATVR( BLOC!( r~ DTY a-O.ONl~AS aTY OiCf 2; znon ENGINEER OF WORK REVISION DESCRIPTION OAT[ INITIAi. DATE NTlAl OTHER APPROVAL OTY APPROVAL ,:;Z (I;?-2/VlOll CITY ENCINEtR RCE 49070 EXP.9/50/24 DATE IRVWD BY:_I[ CHKD BY: PROJECT NO. 6001-22E ]I ORAW1NG NO. 541-2 ~ :'? I~ ~ s ~ <{ "' ~ ~ e: '~ C c Q. ~ I :ll ~ I J, .., I: ,:;; 8 <{ ? 3 ~ 3 ::, 5 > % 'il; z ii / C ~ ~ ~ 5 0: ~ §1 ,= ~ ls g ~ ~ :ll ;;- ~ cl 7 ~ 3-8 (L 0: 0 ~ ;:, ID ::, ci "' "! Ii ~ o,,,wson&.~El·MJF731~n-110,~8585l707◄ 0/ .,,. gt ~" ®' f'."00 • ~ • j"" t; r"w ,J~~ tlr::= = '.\ \._. ,, 1 --f -~ (/) _ _ _ 10 _ _ _ _ --lw I . • -:--------10' lx LA COSTA AVE 50' TRANS!Tc»J ! :-0~-~--~-= - - - - - -t -:, -.--- -- --·"¾.----~--~---~ {:!/ • -~ J7 --;J ----------- ------------~ ---AWROXIMATE cm rx oc1Nms R/w --------------59 1194· SC ---\.@) 6J TYP ~ 1198' J9 59 1196' 12 I LA COSTA AVE . ,~1,,.,.. -=====®'~===~6·2· /!!) l' '226' -'\_ ◄ ,o· --c ---10· \ \50 ®\ ~~~1.· ~ f - i\ - Tu\ i , \ Michael Baker CONSTRUCTION NOTES @ INSTALL f£UCTEO BICYQ.IST SY"80l AW ARROW PER CA l,IJTa, Fl= 9C-3 (OPTlc»J 8) AW DETAIL ·•· c»J Sl£ET 1. SPACE MARKINGS APPROXIW,TElY 300' f'Ra.1 EACli OnER. @) PAIITT G!lUN BIKE LANE. Dit.£NSIONS PER PLAN. @) INSTALL 12" ll£Rla'LASTIC WHITE 45-0CGREE HA TOH If> AT 45' SPACllf>. @ec»JTRACTOR IS REQUIRED TO OBTAIN ALL >ECESSARY PERMITS FROM Tl£ CITY c,-DCIN!TAS FOR CONSTRUCTlc»J llf'RO'IOEITTS IN Tl£ J,,IHSCICTICW .5050Aveni~Encinas Suw2'0 Cltfst:ad, CA92008 CITY OF ENCINITAS ENGINEERING DIVISION APPROVALS RECOMMENDED: ABRA.HAM BANDEGAN APPROVED: Jill T BANKSTON CITY ENGINEER ----,---- (&; ·10· iO' 16'~ ~~ ------~IMATE-Cmci""a;:1NITAS R/w ----~ __ LEGEND: m © @) ® ~ .,~'&> @) ®) @ EXISTilf> TO REMAIN. INSTALL CALTRANS STRJPJt-«i DETAIL PER N.M3ER OOTED, ll'OJ . .O I If, INST ALLA Tl CW C,-RAJ= PAVEMENT =· INSTALL SIGN(S) AW POST IF REQUIRED AS t-.OTED. INSTALL PAVEICNT MARKllf> OR ARROW AS t-.OTED. REFRESH EXISTllf> PAVEMENT W,RKllf>. RELOCATE EXISTllf> S!GN(S) TO ,cw POST ( IF APPL!CA!ll.E) AS OOTED. REIOVE BY GR!OOllf> ALL EXISTllf> CCNl.lCTllf> TRAFFIC STRIP!lf>. MARKllf>, OR ARROW AS t-.OTED. l'°-.l.Ollf> RA!= PAVEMENT MARKERS. REIOVE AW SALVAGE SIGN AW POST AS i'OTED. SIGNALIZED !NTERSECTICW EXISTilf> SIGN (0,£ POST) ,CW SIGN (a,c POST) EXISTING WIDTH 12' PRCPOSED WIDTH ---- ;I-r I -------~ 1i /$ (t @ "AS BU ILT" 40 20 0 I ~ 40 ~ 80 ~ 120 I P.E, ___ EXP.____ DATE SCALE 1 "•40' REVIEWED BY: INSPECTOR DATE ~ CITY OF CARLSBAD ISHEETSI t----+--t--------------t---+--t---f---i L..i2_J ENGINEERING DEPARTMENT 45 OO'ROVEl,!ENT Pl.ANS roR 2022 EAST-WEST CORRIDOR RESURFACING ANO RESTRIPING LA COSTA AVENUE ROW SIGNING & STRIPING PLANS a-: J?2-APPROVED: THOMAs,:i;,~~ f-::-=d -:,,.,.-+-,c===-==-=-==-======d----il---,-l,,=~i---1 LI =====::OTY;-;::EN:=QN::ED!~RCE~~•.a:::::,o;:EXP=:.o::/~J0~/~2•=::::o;:A:::TE::;: l-"2/~20'f/~2l'+-c~RK~Z,-l.i!.A>,;SlGNA=~Mi=[~Bl~OC<=f'°a,~o~TYccC>"~EH!!'CINl=TASoe.,0:,1Y,!_!!ENO=~---J--.:.2~2/~2:'.:02:,;l-J-...!.:W r I N T E R N A T I O N A L ~~93 '\.!._;(-7',._ 7'C.7S.: 7'-7'-7'C J S.: Y &~G><AM!E 9,0C,( "" aTY c,-o.c•ns QTY ENGl.SEER DATE INITIAL DATE INITlAL 0.t.TE INITIAL IRl/'f,1) BY: --11 PROJECT NO. I ORA'MNG NO. ENCO<EtR CK WORK REVISION DESCRIPTION 0110 Al'P!IOV"-OTY ..,.PROVAL CHKD BY: 6001-22£ 541-2 " < = ..., 2 ' " ~ ... < "' l 0 "' z < ff' ~ 0 c:i ll. ~ I I~ ~ i I :ii ii; < ;, 8 ~ ... ~ :, 0 ~ ~ ~ 1)\ ~ i!c .; ~ ;3- "' tJ " 0: ~ " ~ is ~ g ~ .:;; .... ~ ;;;-< '< ~ ~ 3-8 ~ 15 ! :, <i : < '.:l ~ ;3-/ Ooci£,unfnff1gpe1D:Arr'31~n-ec1s-31,Ee5&527014 l\l "' "®\ •=·®\ • I LA COSTA AVE •= • .. . r ,ro, I ,@I • ('>\ \._ ◄ ®\_ ◄ ,~:2· C ®\._ ◄ ,~·.2· L ◄ lg ~\------------10~ ----/ --J_ -~ ---,: 4JO' TRANSITICl'I 1118' TRANSITION ' ,,. ~ 00 (/) ----------10· -----_ _ _ 10' ___ · ____ · ____ • __ I \tj ► ► 1"2· 10· • -I --w ---------· --► 7' 2 ~ ~ ---------------~PPROX IW-TE CITY ci'"Ei,:rNrns R/ii ---120;;12 --.. iii I \;Ne ~,ro, "\,. 't. J ;;,J '· J'T1\ l91201· lu -I 644' TRANSITICN ~ ~ ~ ~, ~~ & (I• ~-....... 10,J• ti/ , IO• --- ~ I - ~ o--- .__, a:-'~-;!:' 8 .;,•~·•lfA1t 21,, ~ _ . fl I ~ --.:1,.,1,-.s-F//~ -- / 6~, . '11.<t.is1,1~ 10' (TYPX~ e ,, 127' ----,<::::::::::::::::::::::~-~-::...::=:=...._ -10' - a-7 ----,a· -~ z ::=::::z::=:::= CONSTRUCTION NOTES @)INSTALL f£U,£T(I) BICYCLIST SYlflOL 00 ARROW PER CA "'-ITC:O f'IGUlE 9C-3 (OPTION B) 00 DETAIL "A" Ci'< S!£ET 1. SPACE MARl<li',IJS APPROXIMATELY JOO' FROM EACH 0Tt£R. @INSTALL 12" Tl£RMOPUSTIC WHITE 45-0CGREE HATCHING AT 45' SPACING. ~::= ? 2 2 -~ ~ - LA COSTA AVE ------..-~ 94J' TRANslTION 1139' LEGEND: OJ ® EXISTING TO REMAIN. INSTALL CALTRANS STRIPING DETAIL PER MMlER NOTED, l>O..l.OIN; INSTALLATICl'I OF RAISED PAVEMENT ~- ,a· ,o· '~ '~ Li -~ l1) \t;\ -\v} '~o~ ~ ~ ~ ,, \t @CCl'ITRACTOR IS REQUIRED TO OBTAIN ALL t£CESSARY PERMITS FROM THE CITY OF E/CINITAS FOR CONST!M:TION Ilof'ROVElENTS IN Tl£ J.RISOICTION @ ® "AS BUILT" 40 20 0 40 80 120 ~ INSTALL SIG'<(S) A,0 POST IF REQUIRED AS t,OTEO. INSTALL PAVElENT MARKl!',1, OR ARROW AS NOTED. REFRESH EXISTIN; PAVEJ,E!<T MARKIN;. I ~ ~ I P.E, ___ EXP.____ DATE Michael Baker 50:50AV8"11daEncitlas SW260 c.fsbtd, CA 92008 F'tme: (76()) 4T6-St93 I N T E R N AT I O N A L MiW<ERINTLCOM '<'"' RELOCATE EXISTING SIGN(S) TO SEW POST ( IF APPLICABLE) AS NOTED. CITY OF ENCINITAS ENGINEERING DIVISION APPROVALS RECOMMENDED: ABRAHAM BANDECAN APPROVED: Jill T. BANKSTON CITY ENGINEER '\..!.._;(_·-7;;;:_ A.. .A 7;;;:_ A 7;;;:_ A Y &_s;~Ati.JR£ 81.0CK FOR Cffl' Cf 0.0NnS QTY ENQ-4EER ® (§) @) REIIJVE BY GRl>OIN; ALL EXISTING ronICTING TRAFf'IC STRIPIN;, MARKING, OR ARROW AS >,0TEO, INQl.011',1, RAISED PAVEMENT MARKERS. REIIJVE "'° SALVAGE SIG'< 00 POST AS >,OTO), SIG<ALIZED INTERSECTION EXISTING SIGN (Ct£ POST) t£W SIG'< (01-£ POST) EXISTl!',1, WIDTH 12' PROPOSED W IOTH SCALE: 1 • •40' REVIEv.£0 BY: INSPECTOR DATE ~ l CITY m:• cARarn-Ao ~ ~ I I I I I I ~ ENGINEERING DEPARTMENT I I I I I I I I l~:=:s~::SR,_:'RESURFACINGANDRESTRIPING LA COSTAAVENUE l----+--+---------------+---1 --+---1--1--1 !ROW SIGNING & STRIPING PLANS I 2120;231 .., I DAT£ I INITIAi.. EN~~WORK /~\~M[ 11..00<. r~ CHY <," £.NCNTAS ci'l 00 REVISION DESCRIPTION zj ZZ/2023 DATE IN111Al OAT£ INITIAL OTHER APPROVAL OTY APPROVAL <1-: ;t:.,._'7 _ APPROVED: THOMAS ::,~~3 QTY ENGINEER: RCE 4_9070 EXP.Sl/30/24 DAT[ IRVWO BY: --11 PRO-£CT NO. II DRAWING NO. CHKD BY: 6001-22E 541-2 ::, <( N "' N 0 ~ "' ;:.- ~ "' :,: f :,: :i; e' I~ !? ~ I ~ ill t ~ ~ <( ~ "' 8 < :;!- ~ a; ~ ::, ~ ~ i); z < ~ / ~ ;,, ~ 5 ~ " ~ "' 0 0 g ~ :;; "' I t ? 8 § 15 ! ::, ~ ~ < ':l ~ ~IA.S~En~IO'AOF7317&-8CM-4157T-8015-3AE858521074 ) ~lz ~I a· ®\_◄ 460':} .,~ -µ a· 9.5' 10· 10-;-- ~◄ ~I ~· I I 7 10· 10· 10· 10· -~u 11 ~ I O•~AA,,~J i;,, 1~ xg fb, I ~ t7 ,@• •. ,.,.. 4:11~ ,"'1 486'(26; ~ 1:fl_---.._-.._; ~. I Q,!)82' ~[15.5'X40' ,222· a h I CONSTRUCTION NOTES @ INSTALL 12" Tl£RMOPLASTIC WHITE LIMIT LI~. @) REPAINT ~IAN N'.)5E YELLOW. W4_:-2(R) ---~ 60' 150' _____ .,,,,.,,,, @) INSTALL CO'ITIIOITAL CROSSWALK (OHITE Lff..ESS OTtERWISE ,OTEC), SEE OETAIL 08" ON Sl-£ET 1. @) INSTALL TYPE VI ARROI! (ORIENTATION PER Pl.AN) PER CALTRANS STD PLAN A24A. @) INSTALL TYPE IV ARROW (ORIENTATION PER PLAN) PER CALTRANS STD PLAN A24A. @) INSTALL TYPE VI I ARROW (ORIENTATION PER Pl.AN) PER CAL TRANS STD PLAN A24A. I I z @) INSTALL >£U,£1ID BICYCLIST SYMBOL A>I) ARROI! PER CA WTCI> FIGURE 9C-J (~TION 8) A>I) OETAIL "A" ON SKIT 1. SPACE MARKINGS APPROXIMATELY 300' FRO< EACH OTl£R. @) PAINT GR£EN BIKE l.ME. DIIEt.SICtlS PER PLAN. (@INSTALL GR£EN BIKE l.ME SKIP PER OETAIL "E" ON SKIT 1. (@INSTALL 12" Tl£RMOPLASTIC WHITE 45-0CGfs!:E HATOHt-1:; AT 45· SPACING. @INSTALL GR£EN BIKE l.ME SKIP PER DETAIL "C" ON SKIT 1. @ CONTRACTOR IS REQUIRED TO OBTAIN ALL ~CESSARY PERMITS f"RCM Tl£ CITY OF ENCINITAS FOR CONSTROCTION I~VOENTS IN Tl£ J,.IUSDICTION CITY OF ENCINITAS ENGINEERING DIVISION APPROVALS RECOMMENDED: APPROVED: Michael Baker SOSOAvmdaErlc:inas .,.,,,.,.. Cafsbad, CA 92008 Prme:(160)476-9193 .MU T. BANKSTON CITY ENG1NEER 7 ~ = ,.,.® •:/ - 58'(5 @ @19• @)146r6 5.5'X142' 144'(9: I I I \ LA COSTA AVE (L~ O (~~~~5• rr:R) f>33r.• OS> •7if 'J:£i"; @36' 1~·:-----·~!'!~~/ '-T--cr----..L.---'-:~=--.-~~t---9~APER-i ~ :~: f-1 ___ 1_1@ I ) I :~: ~ ::-/--~ -. ,--J '.~~j ;li,JJ;;: ~ ►'® ~~ '?-() ~ z 0 204'(M ~;(~:®1 WS-1 :J (L)@-f 5.5'X100'6 as·, ~ \ 270~ ---r ;, :....~v•:. LAcosrAA' ~-! I~ I~ ,"SIGNAL" £ 14' -,o' ~ 531 '' 270'>1£R~ T~ LEGEND: © @ ® ~ ., 11>-d" @ ®) @ EXISTit,:; TO REMAIN. INSTALL CAL.TRANS STRIPIIIG DETAIL PER f\lM3ER NOTED, INCLUJING INSTALLATION OF RAISED PAVEMENT MARKERS. INSTALL SIGN(S) AND POST IF REOUIRED AS ,OTEC. INSTALL PAVEIOIT "-'RKING OR ARROW AS ,OTED. REFRESH EXIST[~ PAVEl£NT MARKlr--.G. RELOCATE EXISTING S!GN(S) TO ~W POST (IF APPLICABLE) AS ,OTEC. REl,()VE BY GRli'Oit,:; ALL EXISTING CONFLICTING TRAFFIC STRIPING, •ARKING. OR ARROW AS ,OTED, INCLUlING RAISED PAVDENT MARKERS. REl,()VE A>I) SALVAGE SIGN AND POST AS ,OTEC. SIGlALIZEO INTERSECTION EXISTING SIGN (ONE POST) ~ SIGN (ONE POST) EXIST!t,:; WIDTH 12' PRCf'OSED WIDTH TYi'@ 40 20 0 I~ I V1 ~ I ~ 1--I~ / 49 SCAL"' 1""'40' "AS BUILT" r 120 l P.E. ___ EXP.____ DATE REVIEWED BY: INSPECTO!l DATE_ ~ I CITY OF CARLSBAD I I I I I I I I~ ENGINEERING DEPARTMENT ~ ~ I IMPROVEMENT PLANS FOR: 2022 EAST-WEST CORRIDOR Rf SURFACING AND RESTRIPING lA COSTA AVENUE l---+--+-----------------1--~'---1--~'"---' IROW SIGNING & STRIPING PLANS I £ ;til~ APPROVED: THOMAS zFJ'l/~~l CITY ENQNE:£R Ra: 49070 DP.9/30/24 DAi£ 2/20/23 AAZ .: S.C'lAMt BI.JJ<X FDR CITY~ £."IONITAS Ctl'I' ENGZ I N T E R N AT I O N A L MIW<ER!Nrt.ca,, "-!:_;,·-7\.. .A.. 7\.. 7\.. ./'-. ./'-.. .?\.. Y &SlGNATURE ~OCX FOR OTY tX OONITAS OTY ENCl-tEER DATE INITIAL DAT[ INITIAL DATE IMITI.AL. IRvwo av: --11 PROJECT NO. I ORAW,NG NO. """"'°' c, WORK REVISION DESCRIPTION OlHrR _,,.,_ arr -•Al CHKD BY: 6001-22E 541-2 :, "' :'.? ,,, N 0 ~ " ;:;- >-;;: I z < I!: ~ 0 c:i Q. ~ I ~ ~ I J, ,,, ~ ., ;! ~ u ., ? >- ~ l ~ :, ~ } I); z < ~ 0 51 ;l- "' ts 5 er i,l C, z ~ is 51 ~ :, < I ~ ;;;-;! ~ '.),, I~ '> ·~ u g; 0 u f!i ~ a, :, ci ffi ~ ;;; ':l ~ ~ OocuS9'1Eri"""°PtlO Afln 17&-8CM-45n.eo1~!15852107.t 0:: 0 CJ) 0 z a:: CJ) 0 _J APl'ROXJMATE CITY OF Er.clNITAS RI• ~~l)'p -----------_·:~ os,oo ~IVENHAIN ~D I, 't·· /': I z ll .,. ' /7rrra. ou\/E.N\-\f>..\N R.0 10.5' -,O.~ I • APPROXIMATE CITY OF rn::INITAS R/W I 10.5' ,mms,ooFJ '.' 10.5 ' ; 10.5 -~~so~ -~s ·· ~ (DETAIL •e•®1 CASEA ~: 0 1 () CASE A (DETAIL "8') ~~Q ~;®CASE A (OCT ~L.~ ~125' ~\\\\~ ~<fl( '" -,-, \.. ..& ::: ~ ~§ ...---:::-s '¼,7 1' ® ~ ~ ~ a?I ~,---~-__JB' «: t ~ ~ 1-•· . ·~ ~"@,. ~ (,/ 11' 10.5' 10.5' 10.5' 10.5' J ~ • J '\L)Jr f,,n~\\\\J\\\~ 0 59 / 7 1,32' (R);Jv; / ~27~: A (DETAIL •s•) ,ro· ,.,,;} • ,,, . ., •·" '-._"® )> S: 130' S (L) Z Z • ' • .,,, .... 0 ASE A (DETAIL ·s·) )> :t 74 71 0 m ;o 0 ••AI-EAD .. CONSTRUCTION NOTES @) INSTALL 12° THER!,CA.ASTJC WHITE LIMIT LINE. @ INSTALL CONTINENTAL CROSSWALK (WHITE l-"LESS OT>£RWISE NOTED). SEE DETAIL •e• ON SKIT 1. @) INSTALL TYP£ IV ARRO• (ORIENTATION P£R PLAN) P£R CAL TRANS STO PLAN A24A. @ INSTALL TYP£ Vil ARROW (ORIENTATION P£R PLAN) P£R CALTRANS STO PLAN A24A. @) INSTALL SHARED ROAOWAY BICYQ£ MARKI,._ WITH GREEN PAINT P£R OCTA IL .F. ON SKIT 1. @) INSTALL HELICTED BICYCLIST SYt.llO.. ANO ARROW P£R CA t.lJTCO FIGU<E 9C·3 (a'TION 8) ANO DETAIL .A. ON SKIT 1. SPACE MARKINGS APPROXIMATELY 300' FROM EACH OTIER. @)PAINT GRE£N BIKE LANE. OIMENSIONS PER PLAN. @ INSTALL 12" THERMOPLASTIC WHITE 45-0EGREE HATCH!,._ AT 45' SPACH•.<;, @ REMOVE EXISTlt.<; CUl8 RAW Atf) REPLACE WITH NEW a.RB RAW P£R CAL TRANS STD. PLAN A88A. CASE/DETAIL P£R PLAN. LEGEND: © @) @) ~ ,,.-~'& ® EXIST!,._ TO REMAIN. INSTALL CALTRANS STRIP!,._ DETAIL P£R '°'6ER NOTED. 1=001i-,:; INSTALLATION OF RAISED PAVEMENT MARKERS. INSTALL SIGN(S) ANO POST IF REQUIRED AS NOTED. INSTALL PAVEMENT MARKI,._ OR ARROW AS NOTED. REFRESH EXIST!,._ PAVEl,£Nl' MARKI .... RELOCATE EXISTII'>, SIGN(S) TO NEW POST ( IF APPLICABLE) AS NOTED. REMOVE BY GRitf)I ... ALL EXIST! ... c:on1cn ... TRAF'f'IC STRIPJI'>,, MARKII'>,, OR ARROW AS NOTED, I=Ulit.<; RAISED PAVEMENT MARKERS. ~ Cl -4-.. ¼ ~)602 ' ~CASE A (DETAIL •e•) 40 20 0 I ~~ 4/l SCALE: 1 • =IO ' ~TYP "AS BUil T" 80 ~ 120 ~ P.E. ___ EXP.____ DATE REV1EWED BY, INSPECTOR DATE @CONTRACTOR SHALL INSTALL 3 rtP£ E ADVANCED LOOPS AT EXIST!,._ LOCATION/DISTm::E F'ROM LIMIT LINE. RECOtff:CT EACH LOOP TO EXISTlr-.G SEPARATE CI._C AT PU..L.BOX AS CUlRENTLY CONFIGU<ED TO DETECT ItfJIVIOUAL THROUGH LANES. @ CONTRACTOR IS REOUJREO T~IN ALL NECESSARY PERM!l FOR CONSTRUCTIOO IMPRO)/Oof'NTS ™._~~ ®) @ REMOVE ANO SALVAGE SIGN ANO POST AS NOTED. SIGIALIZED INTERSECTION ~ CITY OF CARLSBAD t---+--+------------+--+--+--+---1 ~ ENGINEERING DEPARTMENT ~ ~ Michael Baker 50SOAl'entdacnan8S Sl:Jte260 ~0\92008 Phme: (760)476-9193 I N T E R N AT I O N A L MIW<ER!NTLCOM '\-.!__;~" ... /'C x.: ..,, 1'-A 7\.. :;,;;: _j../ AiADCED SQrtAM:E 81..00( FOR QTY Of DK:INIT'-5 EXIST!t.<; SIGN (ONE POST) NEW SIGN (ONE POST) EXIST!,._ •IDTH 12' PROPOSED • IDTH Q@ TRAFFIC SIGNAL DETECTOR LOOPS 2/20/231 .. z DATE!IMTIAL ENGINEER <X" WORK IA\ AOO(D SIGMnJRf: BtOCK FOR cm ~ uoirAS REVISION DESCRIPTION I IMPROVEl,IENT PLANS FOi< 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING ot.lVENHAJN ROAD IGNINC & STRIPING PLANS ,t'f7c APPROVED, THOMAS2jij~~ 'ciTY ENGINEER RC£ 49070 EXP.9/30/24 ~ 2 1.2/2021 L 4" OAll: ...... DATE .. TIAL IRVWOBY, __ ,, OTHER APPROVAL OTY APPROVAL CHK0 SY: PROJECT NO. 6001·22E ]I DRAWING NO. 541-2 ::, < ;: .., N ~ ' ~ < i!' "1 ~ ~ 0: i!c :'i ~ C ci Q. ' ~ ' ~ g; ;;;- ~ ~ z < :,: z ~ §. ,-. ~ ::, C ~ :, l ~ Bl "1 ~ I ~ 5 0: ~ " ~ 0: C g ; "' ;;;- ~ C ';,, 8 0: 3-8 ~ u :;; "' < a, ::, oi "' a:, "' u. :; '.:l '1i ~ / BID ALTERNATIVE (SCHEDULE "B" -CONTRACTOR'S PROPOSAL BID LIST) Ooeu&qlE.,w,ioptl0~731~T7al1~3'.Ea58521'014 If 0 ~r ~,~ $1"' 18 g_ ~1 z 0 mo.. / EXISTING CURB+ 2· GUmR ; I i 320' f® 4.5'X50'6 // 320' 4 s·1· ,g;,~::lic~ 24 l9 35' o 5 37' • 23'~ 6 • s·x100' 9 135• 59 I Ill IIL 5S(Ll 11s· 5S(L) 6 7.5'X200' f . 115•~ r._. •~; r. .{r. ::o/ I = ~ I ~ \~~ I ~ I ~ ½ I ~ • ~ :; _'"::x±!=:=d==¼== ~ ► "' ,-,--< I ~71' ~!~ if j, I I ;; I ~. I I x IJ; I,, ~ lj1~ 6.5'X113'6 c,,/ ~20'80 >•v,,,.,---{320' d= .,, •. s·xso·®r' ~ U\ &,AO:>E W'STPUC'IOO NOTE ~ ~ EXISTING CURB + 2· GUffiR ~Q ~ ' R7-9o~ ~ ~ JI • .ill 0 r;= --· --~®lb ®\__ ~ _:: 11 'II'\◄ ,,~~I _ ~ -----~ ~ ------10' ~I . ' '"" - Michael Baker CONSTRUCTION NOTES @) INSTALL 12" T>£RMOPLASTJC WHITE LIMIT LI>£. @) REPAINT MEDIAN NOSE YEL.J..OW. @ INSTALL CONTl>l:NTAL CROSSIIAU< (WHITE LN.ESS OTHERWISE NGTID), SEE OCTAIL "8" ON S>£ET 1. @) INSTALL TYPE IV APROW (ORIENTATION PER PLAN) PER CAL TRANS STD Pt.AN A24A. @) INSTALL f£l.lETID BICYQJST S™30L ANO ARROW PER CA IVTCO FIGIR: 9C-3 (OPTION 8) A>O OCTAIL "A" ON S>£ET 1. SPACE MARKJ,CS APl'ROXIMATELY 300' FROM EACH OTHER. @) PAINT GRUN BIKE LA>£. Olt.ENSJC><S PER Pt.AN. (g) INSTALL GRUN BIKE LA>£ SKIP PER DETAIL "E" ON SHEET 1. @) ALL DOUll£ YEL.J..OW STRIPING SHAI.J. HAVE A J" Bl.AO< PAINT CONTRAST STRIPE BETWEEN. &,AOOED COHS'RUC!lO< kOil: 5050 Awnda Enonas .... ,., C8t15bM!,CA92tll8 Pfl<lM:(160J4~9193 I N T E R N AT I O N A L MBAKERlNTLCOM . . = I 10· ,,,..(@ = 10· 1---60' CffNit-G-f 10· (I) @ -10' 10' I 82'®' 10· = 10· 10· W .... -.\ .... ----,ii"' -T -- -10-=-·=~==r===='z 10· 10· 6' ■ ■ I lj /(L)~ I ,,· Ja@)J ,oj (L) 160' 9 m_OI 11111111~ 0@ 1 ;:5.;J 31s·;v ,. 2. oi l@R7-9o 176 ~ 4.5 '-6.5'XB6'6 ~SI . c,O -51 33' CARLSBAD VILLAGE DR q_~ q_~ Q~ 2 •·QD 9 s, 40' 196' 6 7·5 r® )9 123' R7 IS 56 (L) j -. /J323' 'X200' 56 (L) ~~~•I~ I'! _, 'E' .f._, I ~=~~ :~ ~ 173'@ LEGEND: © (]) @ (§ ~ ., ~</,'&, <® INSTALL CA MUTCO STRIPING OCTAIL PER 1-1.MlER NGTED, INQUOING INSTALLATION ~ RAISED PAVEMENT MARKERS. INSTALL CAL TRANS STRIP ING OCT A IL PER 1-1.MlER NGTED, INQUOJNG INSTALLATION ~ RAISED PAVEMENT MARKERS. INSTALL SIGN(S) I#> POST IF REOUIREO AS NGTED. INSTALL PAVEMENT MARKING OR ARROW AS NGTID. REFRESH EXISTING PAVEMENT MARKING. RELOCATE EXISTING SIGN(S) TO NEW POST (IF APPL I CABLE) AS NG TED. RDOVE BY GR I NOJNG ALL EX 1ST I NG C<Nl. I CTI NG TRAFFIC STRIPING, MARl<JNG, OR ARROW AS NGTEO, JNQUOJNG RAISED PAVEICNT MARKERS. @) RDOVE I#> SALVAGE SIGN I#> POST AS NGTED. @ SIGNALIZED INTERSECTION 12· EXISTING SIGN (ONE POST) >£W SIGN ( ONE POST) EXISTING • IDTH PRO'OSED WIDTH -= = 10' -@ -o· I . = ,.. --' -;v ,0 ¼ ----= --,o· , r ,. ; = ► 7' 2' 322'J 322';.p 127' , 1 ,iihir \., ,.J CARLSBAD VILLAGE DR ~ ~ 9, 6lTYP • 1 a::: 5! 0 0 s s J: 40 ' ALL STRIPING OCTAJLS A>O MARKJ,CS WITHIN T>£ CAL.TRANS R/W WILL BE PER CAL.TRANS STA>OARO Pl.ANS 2022 EDITION ANO WI LL BE llUlMCf'\.AST IC. 20 0 40 80 120 ~ ~ ~ I SCALE, 1"-40' - "AS BUil T" P.E. ___ EXP.____ OATE REVlEWEO BY, INSPECTOR DATE rsi@l CITY OF CARLSBAD I SHEETS I f-1 -!-1 --+1--------+1-+1---,,f---!1~1 ~IIENT ::.:E:~G DEPARTMENT 45 I 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CARLSBAD VILLAGE DRIVE l---+--+---------------+--,1--+--,1---1 !ROW SIGNING & STRIPING Pl.ANS I 2/l.0/2ll RXZ I DATE I NITIAL ENGINEER fS WORK /4\AOO£D CONS1WC7~ NOT£ REVISION DESCRIPTION u fZ12023 DA TE INlnAL OA-T'E INITIAL OTHER AffRO't'AL CITY APPROVAL <1; ;ft2 APPRO\ltO: 1HOMAS21~:o~~ CITY ENGINEER Ra: 49010 OP.9/YJ/24 DA.TE IRVWO BY,_,1 CHKO BY, PROJECT NO. 6001-:Z:1£ ] [DRAWING NO. I 541-2 :1 ., ~ .;; ,,, N 0 ~ ~ ~ < "' ~ 0 "' :i; e: ~ Q ~ I :, 0 I ~ G; ., ? ,- ;5 " Q Q :, t 1 ill z ! 0 ~ '.;i- v> ti 5 ~ <> z E ~ 0 ~ g ~l ~ ., ; ~ Q. ,.,,, § ;> " 8 a: !s ~ !:I <( ID :, ~ f < ':l ~ ~ Ooci£q,Etrt.tope10~1~-4!1n.ao-iS-3o'.Ees!S2101• I :'.: ~~~!ON (L)iE55 ! ~, ' . '" . '":,~~ Vll ~~4==L·2' ~\_ _10· = 10· -----10· ~-~l I I 'J , , )YEUOW @ 45 • r@e .5'x100· l(L) = L _} I II r@<L) --- VAA. 13·-10• -10· VAR 2.5'-10' ,9)251' TYP(Si I I ~I ~, z _.J z 35•®-' / o ~■■ •I 181' 'X173' 254'~ ' ' " 6'X83'~ 168' TRANslT!ON 0:: <( ~ z :::i 5'x45·@1 ~ w IJ.. IJ.. I-~ (/) -0 '6 -0 (/) I 5131'"6 ? . 0 ~ 01- (R) (R)(i,il I I 155'Qg (1:) 0"-1 !Jg~ Q::' 5 coo. ~¼ @3 5·-5 5•xes· ~+_2_·_cu_TTE_R ________ _,10 fi ~x'i·TI~~;s ·xso V DECK LIMIT r BRIDGE ®\ BRIDGE EXISTING CURB f 3·5'X50' . )@.. . 10.5' 1----90' BAY TAPER----i 10.5' 10.5' @) 87' 10' 10' 10· 10.5' 10.S' •"' c' ""{;;" I EXISTING CURB - Q ■ ■ ~~:;: -r 150• ~ (L) 9 3 74 • DECK u 1 ~1~.'\J 3;~•~ ■ . ···--- ----- I! \:, 31 r I J1\·1· 3.5'~ 11 • 59 \_ 375'8) (L EXISTING A AOOED 374' 9 134' 34'~ / 1 753.5'-6'X76' + z· GUTTER COt/SIRl;CTION 59 / 3.5'X64"@ NO,: EXISTING CURB JI -z._ TAMARA CK AVE • 2· GUTTER 0 0-3.S'X50' 61 OJ EXISTING CURB C0 ~ ~ 4. Q + 2' GUTTER ~4 ~4.~ ~~ ~o~ 1-w ->:~ ~-1:i-,, ¾<" ~ <'_,~ ~,, 9' ~~ 1> ' ~ EXISTING CURB , 2· GU ,~ I ~ i I ,-1.,,.a I I :i:! I~ ,~ r.:..• fr 0 Af£AD0 0:: <( >- ~ ~ ~ IU) 0:: >-~ wl !, ~ 512s· r.=· s:; )it <e (/) ;,11 IJJIJJIJ s 5 5•x100· 59 C 59 24•51 o 54YELLOW ~I ~tL~ . (. ._ .... _ ~:i -,"\.~ ;•~• ,,11{ ~'®,, @ -e===--==----~~--/-1;_::-:,::~~;:~L~=-._-=: - ~ ri 4.5'X150' SO'SHITT T I . :: ::..•~.Ll~t.: 0 L ~~ 1•x51•~~ r... ~ 1·x100· 59 1· .-rr t::J CC,-· -.~..,, 10· Vl WI ~ 10· = @) ~ =-_ _ _ _ 10· -r'--_;c.._~~~ - _J -----,------; ---10· 10· -,a· 10' I" _ ~VAR7 -;.;.:..2•~ 7~ ~~;@! ~~ __:+-~--=_:_~____:__::~-~ .. _ ----t ----=-::::::::-::;;:_::;;:_::;:;;:,_::;;:_~-~-;r ,.J i~ ~ ,oo·~ @/ 250• 5_5•x100·~ II . -01 @I -►7 J 'J 4ij,~ 165' ~ g 1111 ~ 113• ~50-2 ~ 115 • J9 63 TYP 54 YELLOW \@23 TAMARACK AVE .. I~ CONSTRUCTION NOTES @INSTALL 12" TlUll,llP\.ASTIC WHITE LIMIT Ll>E:. @ REPA 1 NT MED I AN l'()SE YELLOW . C @) INSTALL CONT!>ENTAL O<OSSWALK (WHITE UNLESS 0Tf£RWISE NOTED). SEE DEHIL "B" ON Sl£ET 1. @INSTALL TYPE VI ARROW (ffilENTATION PER PLAN) PER CAL.TRANS STD PLAN A24A. @)INSTALL TYPE IV ARROW (ffi!ENTATION PER Pl.AN) PER CAL.TRANS STD PLAN A24A. @) INSTALL SHARED ROADWAY BICYQ.E MARKING WITH GREEN PAINT PER DETAIL "F" ON S>HT 1. :s037~ so· TRANSIT! LEGEND: © (I) INSTALL CA >UTCO STRIPING DETAIL PER !Uft:R NOTED, !Na.UOING INSTALLATION OF RAISED PAVEMENT MARKERS. INSTALL CALTRANs STRIPING DETAIL PER "-MlER NOTED. JNQUOING INSTALLATION OF RAISED PAVEMENT MARKERS. @)INSTALL f£U£TED BICYU.IST SYMBO.. Al'D ARROW PER CA >UTCO FIGUl!: 9C-3 (OPTION B) Al'D DETAIL 0A0 ON StfiT 1. SPACE MARKINGS APP!lOXIMATELY 300· FROM EACH 0Tl-£R. @ PA I NT GREEN BI KE I.ME. DIMENSIONS PER PLAN. ® ® 1/'ISTALL SIGN(S) ANO POST IF REOUIREO AS NOTED. INSTALL PAVE>ENT MARKING OR ARROW AS NOTED. REFRESH EXISTING PAvtMENT MARKING. Michael Baker @INSTALL GREEN BIKE I.ME SKIP PER DETAIL "[" ON Sl£ET 1. @INSTALL 12" Tl£Rl,()PLAST!C WHITE 45-DEGREE HATOHl'oG AT 45' SPACING. @)PAINT MARKIN. ROOVAL -WATER BLASTING hETHOO ONLY (REITR TO SPECIFICATIONS) @ INSTALL GREEN BIKE I.ME SKIP PER DETAIL "D" ON Sl£ET 1. -J:.0.11 .,... .. ·@ ALL OOUllE YELLOW STRIPING SHALL HAVE A 3" BLACK PAINT CONTRAST STRIPE BETWEEN. SOSOA'l'Mda Enci1as s.,.,,.,, c.tlbad, CA 92008 Phc:IM:(160)476-9193 INTERNATIONAL MB4KER>N~= ~ ,;~"" ® (@ @) RELOCATE EXISTING SIGN(S) TO NEW POST ( IF APPL I CABLE) AS NO ITO. RDOVE BY GRU-O!NG ALL EXISTING COr-Fl.lCTING TIRAFF!C STRIPING. MARKING. OR ARROW AS NCTEO. JNQUOING RAISED PAVEMENT MARKERS. RDOVE Al'D SALVAGE SIGN ,W POST AS NOTED. SIGNAL J ZED INTERSECTION EXISTING SIGN (Ot£ POST) NEW SIGN (Ot£ POST) EXISTING WIDTH 12' f'ROPOSEO W IOTH ALL STRIPING DETAILS ANO MARKINGS WITHIN Tl-£ CAL.TRANS R/W WILL BE PER CALTRANs STANDARD Pl.ANS 2022 EDITION AfO WILL BE T>t:Rl,l;PLASTIC. 40 20 0 I ~ 40 80 ~ 120 l SCALE: 1•-40• "AS BUILT" P.E. ___ EXP.____ DATE RE'l1EWEO SY: _lt,I_SPECTOR DATE I I I I I I I l~ME~:::~:~G~b~~~AD m 2022 EAST-WEST CORRIDOR RESURFACING ANO RESTRIPING TAAWlACK AVENUE r= <4 t'fk--APPROVED: lli0MAS2~~~~ I-QTY £NGIN£ER RC[ 4i070 EXP.!il/J0/24 ~ I ROW SIGNING "' STRIPING PLANS 2/20/n Ri<Z , I,:., ADO£D ~S'"RUC'D: NOrt 2/ 1/2013 ·1 l- O"lE INITIAL OAT[ INITIAL O.t.TI INITIAL RVWO SY:__ PROJECT NO. DRAWING NO. ENGINEER r:,-WORK REVISION DESCRIPTION OTHER,.,,_,... QTY N'PROW,l. ICHKD BY: 11 6001-22( II 541-2 ~ ~ "' ::l 0 ~ N ~ ;;: ~ "' z < I!: ~ C ci 0. I ; ~ ~ ;;- l-o :, 0 0 :, i f I e; ~ ~ ~ ;,- :'.l u s ,r IX "' z " ~ ,r C g ; ., ;;- ~ < C ~ 8 ,r ? 8 § ~ "' .. tD :, ,i ~ § :; ~ ;':: Ooc~ignEm.lope,C f,,OFT317a.ec;&t,.45TT.etJ1S-3AE35a527074 ~ "' "'~ i"' tl ,._I!, J ~~ EXISTING CURB c., ~ + 2· GUTTER k;' i; -!If ff: 0 (fJ 1 '-l"-> z . -"-,..-®s"-6'X76 11 -r;, ~'fp ~o -t, I •9-HR)~ (L)~ ~ ~ ~I (R)®'_ . Q ~ ~7.5'X1 f--3962" ~ Z _ ".,. I EXISTING CURB + 2' GUTTER \ W 6HYP 45' 51 )> CJ ~e ~~1f1\{i00 /l::; ~ ~ f-- ~I \ \~~' @75' (61)8.5'X77" )2)62' 10·@ -..0: ~ 2 TYP@Y ~ 54 !:f11ti11,o:~i • t-l'11 3B' 8'X77' R) CCO<SIRUC CHAN< nc,< NO / I @28' I I \ ®{X50 (75)6'-8'X83' 73' 11 -r;, ~~ CANNON RD \ TYPQ~ ~ AIDED aMSTRJCTON NOTE EXISTING CURB + 2' GUffiR ~ ~172- 56 (L) EXIS + 2' ~o -t, "NORTH"i. bc:~rr::~ 4'X100' 5 (R 56 89' 59 _,. •• ~-®W_} • ., • ., ¼Z"Ot<" ·;:s .s·-8.s·x230• _ 4 "NORTIH" 12 934 ;-®'• • .., I -fr.~.;.:~'"•~- ~(L) ~ 1227' ~ -:::. -:::. . -:::,~ . 10.s·=======4='1'=========='i:=~==::::::J;~:::::--~· .-\ ., -. ~ --i\· ► ~~ e·. TYP CANNON RD \ -'-(@ @ ---~ ' "\ / / ;, ;, /;i_,,~\~\\\'\ •-'\ _,, ,,· ~\ \ 3J'.J '\o. ~ ---~' .... '' 9' ~ \ \ 9 190' 54 y,\" \''\ =,. ..... ~\ -z, ~ -~o;i ~o ~ (R)f ~\ ~7-5'X190" \ CONSTRUCTION NOTES @INSTALL 12" n£RMOl'LAST!C ~!TIE LIMIT Lit£. @) REPAINT MEDIAN NOSE YELLOW. @INSTALL CONTll'ENTAL CROSSWALX (~!TE UNLESS DT>£RWISE NOTED). SEE DETAIL "B" c,; SHc:ET 1. @) INSTALL TYPE IV ARROW (ORIENTATICt< PER PLAN) PER CALTRANS STD PLAN A24A. @) INSTALL ~TED BICYCLIST SYMBOL ANO ARROW PER CA MUTCO f!Glff: 9C-3 (Cf'TION B) ANO DETAIL "A• c,; SHIT 1. !'§WI WARKl,-«;S A?l'ROXHMTIELY 300' FRC\< EACH Or>£R. LEGEND: © <I> @ (§ ~ ,~~ INSTALL CA MUTCO STRIPING DETAIL PER IUl3ER NOTIEO, INCLLO!NG INSTALLATICt< OF' RAISED PAVEMENT MARKERS. INSTALL CAL TRANS STRIPING DETAIL PER IUl3ER NOTED, lt-0..LOING INSTALLATIC,, OF' RAISED PAVEMENT MARKERS. INSTALL SIGN(S) ANO POST IF R£c:,JIREJJ AS NOTIED. INSTALL PAVEMENT hlARK!NG OR ARROW AS NOTIEO. REFRESH EXISTING PAVEMENT t.lARl<ING. RELOCATIE EXISTING SIGN(S) TO NEW ?OST ( IF APPLICABLE) AS NOTED. ~® s'-s'x86'@ ,_ !£. ~sra· ·---· )TE -I I I I I I I I ALL STRIPING DETAILS ANO MARKINGS WITHIN Tl£ CALTRANS R/W WILL BE PER CALTRANS STANDARD Pt.ANS 2022 EDITICt< NO WILL BE T1£RMOPLASTIC. 40 20 0 I ~7 40 80 ~ 120 ~ SCALE: 1""'40" 3: 3 ~ I ;J :2-Jt io"'"' IR ,,o~/:} ,,, ;-ff/ "AS BUil T" ~ P.E. ___ EXP.____ OATIE REVIEWED BY: INSPECTOR DA TE_ @PA INT GREEN BIKE LANE. DIMENSICt<S PER PLAN. @INSTALL GREEN BIKE LANE SKIP PER DETAIL "E" Ct< SHEET 1. @) INSTALL 12" n£RMOl'LASTIC WHITE 45-0CGREE HATO<ING AT 45· SPACING. @INSTALL RAILROAD CROSSING SYMBOL PER CALTRANS STD PLAN A24B. (® ®) @ RD«lVE BY GRHOING ALL EXISTING CCH'\.ICTING TRAFFIC STIR!PING. t.lARl<ING, OR ARROW AS NOTED, lt-0..l.OING RAISED PAVEMENT t.lARl<ERS. RD«lVE ANO SALVAGE SIGN ANO ?OST AS NOTIED. SI GNAI. I 2£D I NTERSECTI c,; ~, CITY OF CARI.SBAD IISHEETSI 11---+1---+-1-----+-1--+--1 -+--I -+---11 ,~~NT :::E::c DEPARTMENT 45 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CANNDNROAD Michael Baker S050A.verida&!dnas ..,,,.,., Csrl~CA,92008 ~:(160)-'76-9193 I N T E R N A T I O N A L MBAXERINlt.COM @) INSTAU. 8'X20' ROUTE SHIELO PAVDENT MARKJN:;S PER SPECJfICATJCt-15. @) INSTALL 4. YELLOW 45-0CGREE HATCHING AT 30' SPACING. @INSTALL SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD PLAN A24C. @ INSTALL GREEN BIKE LANE SKIP PER DETAIL •c• c,; Sl£ET 1. @INSTALL SIGNAL LOOPS PER CITY OF' CARLSBAD STANDARD. COCHJINATE LOCATIOO ANO EXISTING SIGN (Ct<E ?OST) NEW SIGN (Ct<E ?OST) EXISTING WIDTIH 12· PRCf'OSED WIDTH O@ TRAFFIC SIGNAL DETECTOR LOOPS 1 1 T I I T T 1 ROW SIC-")NG & STRIPING p, AN' 2/20/lJ I R<Z DATE ) INITIAL I ENGINEER (S WORK !!, IJlOED/CHANGlll CCJ,SlRI/CllON MOTE REVISION DESCRIPTION I I I f l APPROVED: THOMAS FRANK «-: it:2-l/l/20Z3 i;jzl/2023 DA.TE INITIAL DATE INTIAl ona APPROVAL OTY APPROVAL OTY ENQN_~ RCE 49070 ~.9/J0/2~ ~ CHKO B~ IRVWO 8Y:_I[ PROJECT NO. 6001-22E ]I DRA'MNG NO.I 541-2 ! :! ~ '" "" "' 0 ~ s ,_ ~ i < e= ~ 0 ~ I < ;:; ~ ,i 1✓ ,_ ~ :, 0 ~ :, 5- ~ f i); ~ ~ 0 SI ;,- :::: u 5 0: ~ \1 " ~ 0: 0 SI g ~ ~ " ;;. ~ 0 t 0: ? 8 a: !'5 ~ !:! < a, :, ~ "! ~ < '.:l ! Oows.1Qin~OA0f731~TT--8o1~E85852TOTC MATCHLINE -SEE BELOW f3' ~:::==r-l(L) , , R3- ,(R) /4ys.5 X153 (R)@ [59, (56)(L) ;@50' """··• .. "· _,.., 204 • 1.ERGE TAPER I 1- = ~•l POINSETTIA LN \_ I b • 974 ~ 625~ I...J TYi'(! ~ ) 8 3: 7 11.5' / / ◄ O .s· / / ~ ,2= / / Z Z 1~ / @ -lo·s · . ~ · 10.5' ,a \ W 14.S' 13.5' 10 .. · _ • ~ 10.5' 10.s· .5' - OJ () '< )> 0~ . -~ ,::, e· ~ e· b:1~1CN j 8 ¼m ¼>s14' I \. •s,-T I f JI •~ 139• 9 I~ I :i ~ ,.,, Cf) OJ ES @(R) ~'" "' ~J)6'X163' ;;(R) (.38)224 • 183' TRANSITICN r{/~4-4 I -,-cs~ "Af£AO' EXISTING CURB + 2' GUTTER 2· I IX) C'l I POINSETTIA LN •Q-l(R)~S ~)-;~--'!'.'. i' //(R) j:~~-----1 \ •4-2(R)~ 61®\ ~"' 54'51~/ Jl////1// ! -56 (L) ~ 1 (L) 5 '\ ~ (L)®""\.. _ '2/ f= 0::1 372 7 .5' 2' ~ ◄ -54 w =-==:;::;I~ w _ 10· l _ ~ = 10· 10· = --.!.Q'. • ~:11 II II r. ·xao· ·.■ Q ' -.,4 / / ~ 1vAR 6~ I, p 10 I ••. : r~·-- ,o l , I I I r,j -· I /} ~ ~ 10.s· --:--10.s 10.~_ ID -10' ✓10' < )= @ -101 ----71 0· Lu , 10' -.-.. ;;;_;c ~ 1---- --2_0.s• -= ~ --10~1 (L) 56 I ====iic==F=====F===-10· --10· ;, • •tt~• --' J ll~~j IIUlJ.UU.:: . t~-.. ----J (~ I 9 257• 49 5 54 -~~ ~49 . "'®<Rl =---POINSETTIA LN 56 (L) 101>0' () ~ r Cf) OJ ES OJ '< 0 ALL STRIPING OCTAILS AfO MARKINGS •ITHIN Tt£ CALTRANS R/W WILL BE PER CALTRANS STA/'OARO PLANS 2022 EOIT!CN AfO WILL BE Tl£R>IR.AST!C. LEGEND: 0 © ® ~ ~ .,.,~&<>- INSTALL CA l,l/TCO STRIPING OCTAIL PER IUEl(R l'l)TEO. 1,0,LOJ,a; INSTALLATICN Ot RAISED PAVEIOIT MARKERS. INSTALL CALTRANS STRIPlt-6 OCTAIL PER i'U43ER l'l)TED, 1,0,LOlt-6 INSTALLATION Ot RAISED PAVEl£NT MARKERS. INSTALL SIGN(S) AfO POST IF REQUIRED AS l'l)TEO. INSTALL PAVEMENT MARKING OR ARROW AS t-KJTED. REFRESH EXISTING PAVEMENT MARKING. RELOCATE EXISTING SIGN(S) TO NEW POST (IF APPLICABLE) AS t-KJTEO. -~-(/) \ ~ . es·®-----_,.· 1~\ I) 't , I '1Z -6 115~,= )8'X24 ! ~ (R) ~ ~ ;;! !< ~ .s1 (R~J I•,··· I\~ 40 51 0 l@ s·-e·x96· CD Q EXISTING CURB ::; ~ EXISTING CURB +. 1.5' CUTTER ...!. cf + 2 GUTTER CONSTRUCTION NOTES @) INSTALL 12" Tt£RMCf'LASTlC WHITE LIMIT LIi£. @)REPAINT i£DIAN NOSE YELLOW. EXISTING CURB + 1.5' GUTTER @INSTALL CCNTl>ENTAL CROSSWALK (WHITE UNLESS 0Tt£RWISE NOTED), SEE OETAIL •B• ON St£ET 1. @) INSTALL TYPE IV ARROW (ORIENTATION PER PLAN) PER CALTRANS STD PLAN A24'. @) INSTALL TYPE VII ARROW (ORIENTATION PER PLAN) PER CAL TRANS STO PLAN A24A. @) INSTALL SHARED ROMJWAY BICYCLE MARKING WITH GREEN PAINT PER OCTAIL "F" ON St£ET 1, @) INSTALL >£UETED BICYCLIST SY!,flQ At() ARROW PER CA l,l/TCO FIGU<E 9C-3 (CFTION B) ,w DETAIL 0A0 ON St£ET 1. SPACE MARKINGS APPROXIMATELY JOO' FROM EACH OTHER. @ PAINT GREEN BIKE LAI£, DIMENSIONS PER PLAN. @ INSTALL GREEN BIKE LAI£ SKIP PER DETAIL "E" CN St£ET 1. @) INSTALL 12" Tt£Rl,!YLASTIC WHITE 4S-OCGREE f'ATCHl"l AT 45' SPACING. @INSTALL •• YELLOW 45-0CGREE HATCHING AT 30' SPACING. @INSTALL 12" Tt£Rl,O'.R,ASTIC WHITE CHEVRONS AT 20' SPAClt-6. @ INSTALL GREEN BIKE LAI£ SKIP PER DETAIL •c• CN St£ET 1. 40 20 0 40 80 120 ~ < !TYP l::::E EXISTING CURB + 2' CUTTER "AS BUil T" I -~ j P.E. ___ EXP. ___ _ SCALE: 1'" •40. REV1EWED BY, INSPECTOR DATE DATE @ REM'.JVE BY GRl>OING ALL EXISTlt-6 CCNl.lCTING TRAFFIC STRIPING, MARKING, OR ARROW AS t-KJTEO. 1'°-LOING RAISED PAVEIOIT MARKERS. fJ SHEET Ii CITY OF CARLSBAD II SHEETS I lt----+-1-+-, --------~1t---1-t-1-+-1--.1 :~~~ :::E:~G DEPARTMENT 45 Michael Baker 5050Avenida&!cms Sclte2&1 Ca1sbad, 0\92008 I N T E R N A T I O N A L =~93 MA TCHLI NE -SEE ABOVE (@ @ 12' REM'.JVE AfO SALVAGE SIGN AfO POST AS t-KJTEO. SIGNALIZED INTERSECTICN EXISTING SIGN (ONE POST) t-£W SIGN (ONE POST) EXISTING •IDTH PR!YOSED • IDTH 2fl22 OOT•WEST CORRIDOR RESURFACING AND RESTRIPING POINSETT/A LANE I I I I I ROW SIGNING & STRIPING PLAN<;. I !:/'/ APPROVED. THOMAS FRANK 1 ~ fl'-'/ " 2/1.ilQU_ 1-,c=..t-;;;;,h:-;;:=====:;-;;=------r---1--,c;1;,=rn--1~-i I CITY ENGINEER RCE 49010 EXP.9/J0/2• oArr 2_1::,{t' IN~~ 'A CHAHG(D CONSTRIJCTl()f,j NOT[ DATE INITIAL DA~ 3 INITIAL IRVWD BY: --11 PROJECT NO. I DRAWING NO, ENGINEER C, -REVIS!ON DESCRIPTION 01\<ER AP!'ROVAL OTY -OVAL CHKD BY, --8001-22£ 541-2 :, < N "' .;; "' ~ ' s .... < "' ~ 0 "' :!: e: ~ C, ~ I ~ N J, ~ ., :;;- .... i5 l i5 i ~ [!; z <( !;. C, C, < ;> V> ij 5 <r :x " E < "' C, C, g :, <, ~ :;; ., :;;- ;o. < C, s,. 8 "' 3- ~ u a: gj u ~ a, :, ,i ffi ~ < ~ '1i ;> ~ Docu&gnEnffbc,eD N:F7Jt~..aoi~1'014 / EXISTING CURB ,<\ b + 2· GUmR ~ "k, m=~ ~~ 1.5' GU~R POINSETTIA LN r EXISTING CURB q_ I / l;:59 90 TRANSITION I 3:\L) r EXISTING CURB + 2 ' GU~5 .5'X50~59 ~ 278' -r::1 -, ti ~f. I -2··=1=.5=' ===l===i= ~ 11· 11· Vl -----11· l!:J 11' ~ -L..------12 .5' Vl -- I I l l' 12.5' ~ ~, -------1~ (R)(~ 51'@ 1,_1111 \@5.5•~·xso· 115· ® 11. 0-® 11•.r - 11. _1 rr'', 11· ~ r='t .. i==t.===11=* -~=c;;;i5~:i .... -··-·-·-· ~ \ ~03'9 ;;:/ (L.)56 J J I 63 TYP 403' BRIDGE BRIDGE DECK LIMIT DECK UJ..11T EXISTING CURB 70 + 1.S' GUTTER -B6 • 75 EXISTING CURB EXISTING CURB ~ LL ~ + 2· GUmR + 2· GUmR IO LL ..!. 0 ci I I r.:t10· 1371• @m· 5·· ®\◄ 10· 10· ~o.sf - 1qj 10· (L)~ 0 UJ UJ I-(/) ..J a:: Q<( UJ 0 O;z 1111111:/~ ~ 11. ® t..J'fftl~~:Ji&c::..::: _ ...... __ ..::j/.1 4 lO' - '"'"" -,,,,,f ,,, t® , ►r ;f ........ =/ I ~·-",;/ / II 111\11"-<, @I "' ,, 62 · 51 ~ r r '--"-®2•· z 0 ~(L) ~ m :;o t: ~ 4'39 1200 lO'X200' (L) 56 I 1266 266 ·~2 T'l'l' 63 I •· 1 I I I ®\ t IO' ~ -w 10.5' _ al 10' i--;zo• BAY TAPE1 ~ I 10' ~ 3_5•===t===,::;=."=::::! 8' T'l'l' '~ IL < . (R~~4L Sl9' /jof~:.(C) r.~ f"'•· r• PDiNSETTiALN ~~ "'" 11 ~ - ~ _ 1 = r _'=,;::=_,_IL;,_ r. ~-A_ _ _ _ =❖ ~ , l Cb t.:m,mrr~ ... ~ . ·~;:l _ 1 _:;;; ~ .. ~ \i ~ (i9)254' \ I @461' e·. '8 ~,~ I . T . ,., ~~ 10. . = --~- 10' : ® = '-_ ·10.5·-~~-=z;:::::::=::::::::,/I ,~ , .. r I(: 7 }C=::i~-===J· 'f===-==t=====:z::~~~ ~-~-r-.--•-•:;--rr.':=-'-:.~J.',__, -, ,-,-#-.J~f '" _-c:::: .. =1 '®= 5.l=:=--❖ \, ®1.,,.,/ .,,_-,,f ·~· <liY " • "" =fl/111}!1111111// ¼, ·\~· \\<> -;o'.'-:,' ' -\-& -~ '..-1 ~ Jl' \ I .. =, ..,L~~~-. ··✓~ 56 (L) Cl) E $ 0 ,:::: Michael Baker CONSTRUCTION NOTES @ INSTALL 12" nERMOPLASTIC WHITE LIMIT LINE. ®) REPAINT 1£DIAN NCSE YELLOW. @ INSTALL COOTINENTAL CROSSIIAU< (WHITE Uti:SS On£RWISE NOTED), SEE DETAIL •e• ON Sl£ET 1. @) INSTALL TYPE IV ARROW (~IENTATION PER PLAN) PER CALTRANS STO PLAN A24A. @) INSTALL f£UETEO BICYCLIST SYl.l3Q AJ,O ARROW PER CA l,IJT(l) FIGU1£ 9C-3 (OPTION 8) M-0 DETAIL "A" ON S!EET 1. SPACE ..-1 NGS APl'ROXIMATELY 300' FROM EACH OTfER. @) PA I NT GREEN 8 I KE LA/£. DIIENS IONS PER PLAN . @ INSTALL GREEN BIKE LANE SKIP PER DETAIL "E" ON SIEET 1. @ INSTALL 12" TIERMm.ASTIC WHITE 45-0CGREE HATCHING AT 4S' SPACING. @) PAINT .-ING REMOVAL • WATER BLASTING 1,£THOO ONLY (REFER TO SPECIFICATIONS) @) INSTALL GREEN BIKE LANE SKIP PER DETAIL "C" ON Sl£ET 1. ~AWill'lfdaEnanas Sc,t,261) Cal-CA 92006 Pr1on,t;(76CJ475-9l93 I N T E R N A T I O N A L MfW<ERINrt.COM ctg LEGEND: © (l) @ @) ~ ,,..~ ... ~ ® ®) ® INSTALL CA "'1T(l) STRIP ING OITA IL PER t<IMlER ..:>TED, INCU.oING INSTALLATION ~ RAISED PAVEMENT MARKERS. INSTALL CAL TRANS STRIPING DETAIL PER t<IMlER NOTED, INCLLOING INSTALLATION ~ RAISED PAVEMENT ..-rns. INSTALL SIG'<(S) A>O POST IF RE<:IJIRED AS NOTEO. INSTALL PAYDENT MARKING ~ ARROW AS NOTED. REFRESH EXISTING PAYDENT MARKING. RELOCATE EXISTING SIG'<(S) TO NEW POST ( ff APPLICABLE) AS NOTED. RDIJVE BY GRINDING ALL EXISTING CO<Fl.ICTING TRAFFIC STRIPING. MARKING, OR ARROW AS NOTED, INCLLOING RAISED PAVEMENT MARKERS. RDIJVE AJ,O SALVAGE SIG'< AJ,O POST AS ..:>TED. SIG'<ALIZEO INTERSECTION EXISTING SIG'< (CN: POST) NEW SIG'< (CN: POST) EXISTING WIOTH 12' PRCPOSED WIOTH ALL STRIPING DETAILS A>ll MARKINGS WITHIN nE CALTRANS R/W WILL BE PER CALTRANS STAI-OARD Pl.ANS 2022 EDITION A>ll WILL BE TfER!D'LASTIC. 40 20 0 I~ 40 ~ 120 l SCALE, 1 "•40' @TYP "AS BUil T" P.E. ___ EXP.____ DATE REYIEWED BY, INSPECTOR DA TE I 11 SHEET I CITY OF CARLSBAD I SHEETS I I I I I I I 28A ENGINEERING DEPARTMENT 45 t====t===t==========================t===~====t===~====:11::~~:5~=1:;RESURFACINGMDRESTR/Pil/G POINSETTIA l/Wf lEQ!l' SIGNING & STRIPING PLAN APPROVED, THOMAS FRANK t---+--+-----------------f----l'"--+---l--~ 1 l/1/2021 CITY ENCINEER RC[ 49070 EXP.9/J0/24 ~ 2/20/231 R<Z I OAlE I INITIAL o,,G1N£.tR er~ t,\ CIWIGO) CU<STRIJC11(), ,OT( REVISION DESCRIPTION Z/~2/2023 DAT[ I tlTIAI. I DA TE I INITIAL Oni(R AfffQVAI. CITY APPROVAL l~YWO BY,--11 PROJECT NO. I DRA'MNG NO. . CHKD BY, _ _ 6001·22E . 541-2 ~ :;:; '" "' 1:1 ~ " ;;; .... ~ ~ 0 " ~ }l 0 ~ I < i:l I ~ :l; ;:- I~ " 0 ~ ~ 9-3' ill z ! 0 al ;!- ~ 5 QC ill '-' z ;: ~ is ~ ~ ~ ., ;:- ~ 0 c 8 "' ? " 0 IU .: is u QC ~ " a, " 0: " a, f < ':l ~ ;!-/ DDwiQnEr-it,p.lON1F731~n-801~707<1 w > 0 (D < f s·-9•xi2•·~ ·=~ ( ,,\ .r,( "?lj.~ •• I ~~~, , ,. ,.,,.. I, C'/:;_,~ 131'~ '1'' <r..,s -I'~·.@ Cl) Cl) LI? ...!. EXISTING CURB + 2' GUTTER 1)b'- ~-i, -<;:) i:P A VE f EXISTING CURB O EXISTING CURB + 2' GUTTER 't,. •295' _ 6'-9'X82®\ t -I EXlSTING CURB % -<. EXISTING CURB "'\ + 2' GUTTER + 2· GUTTER I ,{51)53· 7•xn·~1 ·@ + -16'X150' 6'X97 (59). -5•_ I J.l . -~ ,4'-9'X96~ f •f f 68'✓ EXIS2,Tl~~:s '\ 51 f®(R)' -,. I I I I 11· 0 ....... 3TYP 11'9io-o ()-----"®> . ·\ 0 _ Q...---@ 150 f<u__ _ ,,._ -@ ®--!(y ~----:i 11·1 ° 0 Q~, i~ . ~ id @ 75'~ I~ ~ ~ (L)~ ,o•. -t:l) I!!,.. 53 ~ ,o.~~ ~ EXISTING CURB + 2· GUTTER EXlSTING CURB + 1.5' GUTTER 32•®1 I' I l·tl 6'X50'@D,/ / 9•-9,5•x91·®1 r~2 TYl' ~ .'2! u_ ~ 6'X50'(6l ~2-l'YP@-' Cl) --<JJ.,U. < 95' ...!, () ;J_____ , I 76' (53) EXISTl~G ~ 0 j c 11· +1 5 GU 3 I · I I I I I I I I _1 , 35• s1 X-9 5'X166 ®1 513• 9 8 TYP 78 lSV 4 EXISTING CURB + 2' GUTTER ,! !: 76' 2 5' 0 litl,~,;, 51 3•\I \S, ~ ... f f 1 (/) 12 7• / ::, / IJ.J EXISTING CURB ;§ +/ 1,,5' GUTTER Q o/ I ,~,., ~~ . '"c,<" I ~ • •. ~· ITTER 222' TRANSITION / "' =•·-·• R4-4 IS t----------------------7 65 , TAANSlTICtl 59 1-- o/ &'M'ds' ,-{61)7'X94' / , 7'-10'X150J~ , r:J T'(l'®\ J: !ii ~222· r 1165 L.. =r' '= •• ,. . w _ _ _ VA~✓ ◄ T ~o;2:_ -~/;/ l.VAR 7'-10· ..--=1-:;-----TT ___ •,• J -,o• -----==J , ---. + -----w ~ -20 _ _ --,o· ~ ~ _ _ _ ~ -ac ----=-,.·-. ~ --J · · APPROXIMATIE CITY OF ENCINITAS Riw ___ --~ s ··2 \\; 1180' 59 l§ 171'---- ~ -:: . --\ \ ✓-" /~ ·s· 2 '° -~1183~11s2 · LA COSTA AVE 59 CONSTRUCTION NOTES @) It-6TALL 12" Tl£RKlPLASTIC WHITE LIM[T Lit-.£. @)REPAINT l,£DJAN '°5E YELLOW. @ INSTALL CONTI I-ENT AL CROSSWALK (WHITE U-U:55 0Tf£RWJSE 1-0TED), SEE OCTA IL "B" ON SKIT 1. @) INSTALL TYPE IV ARRO! (ORIENTATION PER FUN) PER CALTRANS sro FUN A24A. @)INSTALL TYPE VII ARRO!! (ORIENTATION PER FUN) PER CALTRANS STD FUN A24A. @ INSTALL 1£1..lCTEll BICYQ.IST SYl,llCX_ AW ARROW PER CA l«.ITCO FIGURE 9C-J (OPTION 8) AW OCTA IL "A" ON S>EET 1. SPACE MARKINGS APPROXIMATELY 300' FROM EAOi Olla . @PAINT GREEN BIKE L»E. Dl.v<SIONS PER PLAN. @) INSTALL GREEN BIKE LA/£ SKIP PER OCTA IL "[" ON S>EET 1. (§) INSTALL 12" Tl£RMOPLASTIC WHITE 45,JEGREE HATO<ING AT 45' SPACING. @ INSTALL 8'X20' ROUTE SHIELD PAVDENT MARKINGS PER SPECIFICATIONS. ® lNSTALL 4" YELLOW 45--0CGREE HATOiit-.G AT JO' SPACI"'-G. @ PAINT MARKING ~AL -WATER BLASTING METHOO 0111.. Y (REFER TO SPECIFICATIONS) @) INSTALL GREEN BIKE LA/£ SKIP PER OCTA IL •c• ON S>EET I. @INSTALL SIGNAL LOOPS PER CITY OF CARLSBAD SWIJAR!l. COORDINATE LOCATION AW INSTALLATION SPECIFICATIONS WITH CITY OF CARLSBAD CITY D¥3!1£ER. @CONTRACTOR IS REQUIRED TO (~HAIN ALL l'ECESSARY PERMITS FROM THE CITY OF ENCINITAS FOR CONSTRtx:TION LEG~__t,JD: © (J) @ @ ~ ,~ .. ~ @ INSTALL CA l«.ITCO STRIPING OCTAIL PER '"'3ER 1-0TED, 100..00ING INSTALLATION OF RAISED PAVEMENT MARKERS. INSTALL CAI.TRANS STRIPING OCTAIL PER '"'3ER OOTED, 100..00ING INSTALLATION OF RAISED PAVEMENT MARKERS. INSTALL SIGN(S) AW POST IF REQUIRED AS 1-0TEO. INSTALL PAVEMENT MARKI"' OR ARROW AS 1-0TEO. REFRESH EXISTl>l:3 PAVEMENT ""RKING. RELOCATIE EXISTING S!GN(S) TO 1'EW POST ( IF oll'l'LICA!U:) AS 1-0TED. RD«>VE BY GRl/oOING ALL EXISTING CCN"L!CTJNG TRAFFIC STRIPING, MARKING, OR ARROW AS 1-0TEO. 100..00ING RAISED PAVEMENT MARKERS. @) RD«>VE AW SALVAGE SIGN Mil POST AS 1-0TED. @ SIGNALIZED INTERSECTION ALL STRIPING OCTAILS Mil MARKINGS WITHIN TJ,£ CAL TRANS R/W WI LL BE PER CAL TRANS ST A/OARD PLANS 2022 EDITION AW WILL BE Tt£RMOPLASTJC. 40 2C 0 40 80 12C I~ l I j SCALE: 1"•40' "AS BUILT" P.E. ___ EXP.____ DATE REVIEWED BY: INSPECTOR DA TE lt---+I-I -----+1--1 -1-I--11~~:::~::c ~b~~~AD m 2022 EAST-WEST CORRIDOR RESURFACING /WO RESTRIPING LA COSTA AVENUE 1---t--+----------------+---t--+----,t---1IROW SIGNING & STRIPING PLANS I Michael Baker 5050Artridit&w;;nn """'"" Ca,1st..J, Co\ 92008 EXISTl>l:3 SIGN (Ol'E POST) l'EW SIGN (ONE POST) EXISTING WIDTH I ~ :::: APPROVED: THOMAS FRANK 1 <I ~ 2/11~ 2/20/ZJ RKZ A SICNA".\iRE Bi.oc:K/AOOCO/CHANCED COOS7RUCOON NOTE I CITY ENCINE:ER RCE •9070 EXP.9/J0/2• OATt: I I N T E R N AT I O N A L ==~93 ,i..._;;Q'-._ _:;x.::::_ J\..... ::X:::: 7\...._JCJ\.... 7 V ,&.\OODs;CNA~BlOC<FORCITY~(Nc,.aTAS 12' F'ROPOSED WIDTH O@ TRAFFIC SIGNAL OCTECTOR LOOPS DATE INITIAL 0Al[ INITIAL IRVWD BY: --11 PROJECT NO. I DRAWING NO. ENGINt!R CT "°"" REVISION DESCRIPTION orno, """°VA!. OiKD BY, 6001-~ 541-2 ~ ~ "' '" .., N 0 <::. s .... ~ ~ 0 :,; z < I!' 'i 0 ~ I ~ .., J, ;!2 ~ ;;, ~ :, 0 ~ i .9-~ i); ~ i ;!- ~ u 5 "' ~ \1 ; is g ; " ;;, ~ 0 c 8 "' 3- 8 ~ u 15 :,; < a, :, of: ~ ~ < i / ATTACHMENT C EAST-WEST CORRIDOR RESURFACING AND RESTRIPING STREET LIST QUANTITIES Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 20 • • !:-1, 1, !:-;.. ;.. .. "' O!!. -.e 'o 'o 'o I J ... ~ i e: • ! • t • C ,o g_m it "'., "' "' ~ I i • 1; ~": • t • • ·~ i= 'of ie-i~ jt h j M7"'u. h [ 1. [~ [N [~ • e • e. .e F 1F [ .. 1!;J StrfftN-FromStrN:t ToSlrfft ~ J. ~i ,. ,. ~i ~:! ~~ Schedule '"A"o, Schdu .. "B" CARLSBAD VILLAGE. OR 1-5 CVO SB OFF RAMP RA 1-5 10,228 1,136 251 • • ... Sc:hedl.N "B" CARLSBAD VILLAGE OR ,.. 1-5 6,692 765 , .. • • .., Sdwt<IYN "Er CARLSBAD VILLAGE OR ,.. ~ CVO NB ON RA.MP RA 12,.-18 '·"" 305 • • 1,075 1,370 ~·e· CARLSBAD VILLAGE OR 1-6 CVD NB ON RAMP RA PIOPICO DR 17,902 '·"" 33< • 6 , .... 110 Sc:NduM"A" CARLSBAuVIL 'OR PK> PICODR HIGHLAN OR 84.942 9.'311 :J,1= 6 • ,_,.. ~" ~-,..- CARLSBAD VIL.LAGE OR HIGHLAND OR 81.268 6,810 1,526 6 • ...... 30 ScheduM .. ,,,,. .. CARLSBAD VILLAGE OR VALLEY ST 69,649 7,7'J9 1,760 • • 5,979 ~-, .. CARLSBAD VILLAGE DR MONROE ST 105,968 11.n• 2,638 8 • 9,136 ~-,.- CARLSBAD VILLAGE OR (lot. 106,435 11,826 2,Q07 • • 8,920 630 Sdwtd ... ,. • CARLSBAD VILLAGE DR EL 5'.05< 0006 1,-453 8 • 4.553 Sch.atM"A" -~ El REAL A 3 ,511 ◄,168 74' 6 6 3,◄2◄ Sd'ltdull"A" OR A A 64,◄29 7,159 1,704 • • 5.-45-4 Scn.alAl"A" R s J0.863 3,-429 ,_,... 13 13 2,081 110 ~-,.- DR SANTA CLARA W'f 53,756 5,5173 2,3-48 13 13 3,625 Scn.dl.M"A" DR CONCORD ST 34,014 3.779 1,482 13 13 2,317 30 Sd'lediAa·A,· EDR PONTIAC DR 171,905 19,101 , .... 6 • 14,553 30 Sched ..... A. EOR I CHAT 31,953 3500 1,954 13 13 1,597 180 SchedlAl"A" G€0R T 84.003 7,111 1,720 • 6 5,391 Sc:MdlAl"A" CARLSBAD V1ll.AGE DR AV 42,368 •.1C6 1,359 10 10 3,3'9 Sc:hedu6t"A" CARLSBAD V1ll.AGE DR R 72,689 8,on 2,167 10 10 5,910 s.cn.dl.AI.A" TAMARACK AV GARFIELD ST 21,803 2.423 709 6 • t,714 ~·A,· §IIAV A &S · "'"' 45,637 5,0 1 1.531 • • 3,= Sc:h.c!ulil"A" AV HIBISCUS CR 18,578 1.~2 758 6 • 1,088 Schedulil "A" AV SHERIDAN PL 12.'5< 1,36' 5'0 6 • ... 30 Schedt.A. "A" AV LINMARLN 12,591 1,399 .,. • 6 923 30 Scn.c!ula"A" T AV JEFFERSON ST 19,608 2.17" '" • 6 1,737 ,20 Schtdula"A" TMIAR AV JEFFERSON ST J-.5 TAMARACK SB ON R RA 23,689 2,633 ... • 10 2,079 270 Sch.c!ula"A" KAV ... K RRA I-<> 11,273 1,253 251 • • 1,M> ..,, Sc:h.c!\N"FI" TAMARACK AV ,.. 1-5 5,895 655 Schedull"B" TAAIARACK AV "'1 1-,5 TAMARACK NB ON RA 11.231 1,2MI 23< 6 • 1,014 ''° ScMd\Al"B" TAMARACK AV NRA PIO PICO DR 10,459 1,162 218 • • ... 210 Sch.c!IM "A" TAMARACK AV P1O ADAMS ST 31,11'1 3,457 610 • 6 2.847 1.050 Schedl.M "A' I TAMARACK AV AO AOAIRWV 19,968 2.221 1,250 13 13 971 Schedl.M ...... AV • 11,076 1,231 6T7 13 13 553 Sct,.c!ulit"A" AV 10,107 1,123 632 13 13 .., Schedl.Al"A" AV p 15,827 1,759 99() 13 13 769 Sdwldula"A' AV HIGHLAND DR 15,139 1,682 9<7 13 13 735 Schedull"A' TAMARACK AV JAMES OR 37,291 4,1•3 2,386 13 13 1,757 SchedlM "A' AMARACKAV VALLEYS PARK DR 18,215 2,026 1,167 13 13 859 Sd'MldlM "A" TAMARA.CK AV PARK DR SCOTT DR ,.,.78 1,600 ... 13 13 761 110 Schedull"A" TAMARACK AV Ii ALDER AV 11,791 1,310 600 13 13 620 ScMdulit"f'.' TAMARACK AV CRESCENT PO.NT RO 28 256 3,1,&Q 1,728 13 13 1,412 270 SchedlM "A" TAMARA.CK AV SUNNYHILL OR 20.952 2,326 1,253 13 13 1,075 Sched!M "A" AV SKVUNE RD 21.584 2.398 1.350 13 13 1,049 Schedull "A' K•V ~ 25.936 •.-, 1,427 13 13 1,455 270 Sct..clula"A" T CKAV 66,680 7,632 3,937 13 13 3.895 ScMdl.tt"A' TAMARACK AV 16,502 2,058 1,018 13 13 1,036 Schedule"A' TAMARACK AV 14,403 1,600 793 13 13 808 Schedulit"A" TAMARACK AV AMBER\,\()()OCT 15,499 1,722 670 13 13 852 Sch.c!Ulil"A" ~AV EL CAMINO REAL OR 38,570 ◄,266 1.40 13 13 2.5'6 Scihedule "A" AV LA PORTALADA OR PONTIAC DR 96,760 10,751 ..... 13 13 6,457 1,050 Schedl.tt"A" AV PON IACOR PRIVATE ST 123,008 13,666 5,641 13 13 8,027 1.050 s.m.dule"A" AV PRIVATE ST KIRKVIIALLAV 47,232 5,2.S 2.130 13 13 3,118 Sd'Mtdule"A" AV KIRKVIIALL AV EDINBURGH DR 33,216 3,6ll1 1,474 13 13 2,217 Sched!M•A.• AV EDINBURGH OR CARLSBAD VILLAGE DR 69,835 9,9E!2 4,119 13 13 5,862 Sd»due.•A• CANNON RD (EB • AVENIOA ENCi ,no 863 32< 13 ... 2.•20 Sd-.dl.N"A" CANNON RO s AT&SFRR 1,no 883 32< 13 ... 2,420 Schedule "A" CANNON RO EB s 1-5 CANNON SB ON RAM RA 8,513 ... 8513 Sdwdule"A" CANNON RO 1-6 MRA AVENtOA ENCINAS 6,513 ... 8,513 Schedule "A' CANNON RO B 1-6 RAM RA ,.. 10,225 1,136 10.225 ScMdule"B" CANNON RO ,.. J.6 CANNON SB ON RAM RA 10225 1,136 10,225 -.....-.. NON B ... ,.. , .... 400 3,596 ... CANNON Ro ,... ,.. 3,596 400 3,596 Sdl9dije"8" CANNON RO ,.. ~ CANNON NB ON RAM RA 11,114 1.235 11 114 Sdwdule"B" CANNON RO ~ CANNON NB ON RAM RA Ii 11,114 1,235 11,114 &::Ndulit"8" CANNON R 1--S CANNON NB ON RAM RA 16,980 1,8,87 16,980 SchedlAit"A' CANNON NO :..,__ • RAM RA 16,980 1,&87 16,980 Schedule"A" CANNON RO E R 41,882: ..... 1.365 10 2,631 Sdwdulit"A" CANNON~ E ◄1,882 ...... 1,365 ,o 2.631 60 Sc:Mdule"A" CANNON 56,3-48 6,261 2.056 10 3,290 eo Sc:Ndull"A" CANNON RO 56.3-48 6,261 2.058 10 3.2"0 370 Sc:Ndule"A" CANNON RD EB 3 .95' 4,217 1,385 10 2,216 110 Smedule"A" §11"0~) 3 ',954 .. ' 1.385 ,o 2, 16 630 Schedl.N"A" RO EB FARADAY AV 65,000 7,222 2,149 10 ,.oa◄ 420 S<Ndull "A" RO EB BRIDGE 15,980 1.n3 "A" RO WI BRIDGE 18,459 1,829 "K RO GRANO PAC-'FIC OR 65,000 7,222 2.1•9 10 """ 60 "A" POtNSEmA (EB CARLSBAD BL ISTHMUS OR 9,753 1,064 363 13 ... 530 "A" POIN.,c 111A ) ISTHMUS OR CARLSBAD Bl 9.753 1,064 363 13 ... 270 Schedule "A" P06NSETI1A EB ISTHMUS OR AT&SFRR 11,690 1,299 67< 13 663 210 Scnedull"A" POINSE IA AT&SFRR ISTHMUS OR 11,690 '·""' .,. 13 663 210 r::::: POINSETTIA (EB AT&SFRR AVENIOA ENCINAS 31.437 3,•93 1,169 13 2,158 270 POINSETTIA aNCINAS AT&SFRR 31,•37 3,•S3 1,169 13 2,158 160 ull"A" .., INSETTIA (EB CINAS 1-6 POINSETTIA SB OF RA 23,396 2,600 ""' 10 1601 •so ulit"A" POINSETTIA S80 RA A.VE.NIDA ENCINAS 23,396 2.000 ,., • 1691 210 .,.. • SBOF'RA 1-5 15,366 1,707 232 • 1123 950 ... -1-5 1-6 POINSETTIA SB OF RA 15366 1,707 232 6 1,123 530 ~ulit~B" TT1A ,.. ... 4,412 400 Sc:Ndule"B" "' 1-5 4,412 '"" ~ .. -e- ~ POINSE IANBONRA 1 '·""" , .. • 723 1,HIO "B" ~NBOORA 1-5 9,891 '·""" ,so • 723 "B" NBONRA LO'IM>ERLN 17,575 1,9'3 392 • , 22, 320 "A" NORTE h5 PO.NSETTIA NB ON RA 17,575 1,963 392 • 1,224 210 "A" B BATIQUITOS OR 2e,122 2,902 1.106 10 1,327 2,310 Sc:h.c!ut.•A• (\Ml 8ATIOUITOS OR PASEO DEL NORTE 26,122 2,902 1,106 10 1.32 530 Schadl.lNl"A" ~Ir SNAPDRAGON DR 3a,813 •.090 1,391 10 2.067 630 ule"A" OR BATIOUITOS DR 36,813 •.ooo 1,391 10 2,087 210 Sdwd_."A" DR CRYSTALLINE DR 37,357 4,151 1.383 10 2,181 ..., Schedt.N"A" CRYSTALLINE OR SNAPDRAGON OR 37,357 4,151 1.363 ,o 2.181 40 Schedull"A" EB CRYSTALLINE OR a· 34,005 3,ns 1.241 10 1,985 530 Schedule"A" AVIARAPY 34,005 3, 6 1,241 ,o 1,985 '80 Scn.dlAe"A" EB It. 31,590 3,510 1,194 10 1,791 1,890 "A" POINSETTIA 31,590 3,510 1,UM 10 1,791 270 "A" POINSETTlA EB 33,013 3,"8 63S 10 2,"8 w POINSETTIA 18,807 1,867 63S 10 953 "A" ii~' BLACK RAIL RO 28,542 3,1 1 1,313 10 1,313 "A" ii"" BRIGANTINE OR 28,542 3,1 1 1,313 10 1,313 ,.-Sch.c!ula "A" EB RD FISHERMAN DR 28,«5 3,HH 1,115 10 1,561 630 Sc:Ndule"A" DR BLACK RAIL RO 28,«5 3,161 1,115 ,o 1,561 110 Scheclule "A" ES DR AMBROSIALN 26950 3,217 1.09< 10 1,641 630 Sc:Ndule"A" LN FISHERMAN OR 26.950 3,217 1.09< 10 1,641 270 ScNdulit"A" EB) LN CASSIA RD 19,015 2,113 719 10 1,078 1.260 Scheduk "A" POINSE IA(\M:J) CASSIA RO AMBROSlALN 19,015 2,113 719 1 1,0 B ,ao LM"A" POINSETTIA EB CASSIA RO ENCELIA 19,159 2.129 724 10 1,088 Sc:h.ctl.tt"A" PotNSETTIA ENCELIAPL CASSIA RO 19,159 2,129 724 10 1.086 270 Scti.dull"A" POINSETTIA (EB ENCEUAPL SPARTINACT ...... ... ,., 10 286 Sd»dt.A. "A" POINSETTIA SPARTINACT ENCELIA PL 4,456 ... 1'3 10 288 Schedl.a"A" POINSETTIA {EB) SPARTINACT ARTEMISIA 10542 1,171 336 10 676 ~"A' POtNSETTIA (V,19} ARTEMISIACT SPARTINACT 10542 1171 338 10 676 Sc:Ndulit"A" POINSETTIA EB AATEMISIACT BRIDGE 9910 1,101 316 10 636 &:Ndull"A" ! t .. J £ i §.,._ S.,_tNatM FromStrfft ~2 POINSETTIA 9,910 POINSETT!"-EB 11,088 11,088 17,062 ... 10 I. 2 ... "A" S<Oed "K S<Ndule"A' 34.()50 3,783 1.068 Schedulit"A' 34,050 3,783 1,068 Sc:hecll.N"A" 68.211 , . .,. ..... 10 50 Schedule"A" 68211 .... 10 Sc:h6dulil"A" 39.638 4,<04 1,A-i6 10 2,314 Sc:heclule'A" 39,638 4,<04 ,,.u6 10 2,314 Sched-.."A" )-4,025 3.781 1,286 10 1,929 Schedull"A" ~.025 3,781 1.286 10 1,829 Sc:hedule"A" ""·'°' 4,045 1,376 10 2.064 Sc:Mdulil"J,t 36,<05 1,376 10 2.()64 ~-,.- 79,180 2,992 10 ..... 70 ~-,... 2.992 10 , .... Schedule.,,.. 1,572 10 ,,.. 60 ScNd\111"1t 1,sn 10 ,,.. ~-,.,-............ ............ 25,125 --12,l•U Schedulit"B" 11,996 ScNckJla"A" 167,496 Sc:heckAe "A" LACOS AAV 3517,Sn "A" LACOSTA AV ,., 3,013 ~-,.- LACOSTA AV -1,289 10 10 11,151 ~-,.- OLIVENHAIN RO 10.ns 96,878 ScfwdlAa"A" 733.89-4 100,858 35.810 c• $unYT18tiotl • Apptod-na• NH/ SqtMre Foota~ of SITMts.gm.,,ts W9!'e ,-kt, from CityGIS OalabaN and Hauch, ""9fe MHMd by 5~ lO account for anyanornoiff, Pa)TM'l1wlll be blMd on Actual Squara Footas,.. -Appft)Jdm.111 Nff for Pak:hlng bl;tora Sk,ny S.atbr 8tddlf'lg PurpoMt,. Ac1ual Quan1Jtles 'Mlbe madit pwlnapec:1or 'M1h S.leaod Contrac:tor. Paymtnt,.... be baNd on AclJal Squar. F~. ATTACHMENT D CAL TRANS APPROVED LANE CLOSURE CHARTS Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 1 21 Lane Closure Approval Only Applicable to Schedule "B" Work Within Caltrans R/W Chart No. l Road Lane Requirement Hours County: SD Direction: EB PM: La Costa Ave. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 10 11 12 13 .14 15 16 17 18 19 20 2 l 22 23 24 Mondays through Thursdays I I I I I 1 I 1 Fridays 1 I I I I Saturdays Sundays I I l Legend: L!....J Provide at least one through traffic lane open in direction of travel [=:J Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (2). All signs must place per 2022 SP. Permit # QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 2 Road Lane Reauirement Hours County: SD Direction: WB PM: La Costa Ave. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 101112 13 14 15 16 17 18 192021 2223 24 Mondays through Thursdays I I 1 1 I l I I Fridays I' I 1 1 l Saturdays Sundays 1 I l md: Provide at least one through traffic lane open in direction of travel c:=J Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (1). All signs must place per 2022 SP. Permit # QMAP # 11.124--0:XXX-(11-23-NXX)-SPSALEM-02--01-2023 Chart No. 3 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R43.91 I R44.210 Closure Limits: NB 5 Exit ramp to la Costa Ave. NB 5 Entrance ramp from La Costa Ave. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 IO 1 l 12 13 14 15 16 1 7 18 19 20 21 22 23 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C ~gend: =a Ramp may be closed completely. :=J Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (4). All signs must place per 2022 SP. NOTE: When an Off-ram12 is closed com12letely, 12lace a PCMS {Portable Changeable Message Sign) in the direction of travel allowing the traffic the 012tion to use the 12receding Off-ram12 and warning them of the rarn12 closure ahead. Permit# QMAP # 11.124-0XXX-(1 I-23-NXX)-SPSALEM-02-01-2023 Chart No. 4 Complete Ramp Lane Hours County: SD Route/Direction: 5 /SB PM: R44.290 R43.885 Closure Limits: SB 5 Exit ramp to la Costa Ave. SB 5 Entrance ramp from La Costa Ave. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 10 111213 141516 1718 192021 222324 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C ~gend: @ Ramp may be closed completely. D Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (3). All signs must place per 2022 SP. NOTE: When an Off-ram12 is closed com12letel}'., 12lace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the 012tion to use the 12receding Off-ram12 and warning them of the ram12 closure ahead. Permit# QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 5 Road Lane Requirement Hours County: SD Direction: EB PM: Poinsettia Lane Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 IO 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays I I 1 1 l 1 I 1 Fridays 1 1 I I I Saturdays Sundays I 1 1 md: Provide at least one through traffic lane open in direction of travel t=J Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (6). All signs must place per 2022 SP. Permit # QMAP # 11.124-0XXX-( 1 J-23-NXX)-SPSALEM-02-01-2023 Chart No. 6 Road Lane Reauirement Hours County: SD Direction: WB PM: Poinsettia Lane Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 10 111213 141516 17 18192021222324 Mondays through Thursdays I I I I I I I I Fridays I I I I I Saturdays Sundays 1 l I Legend: L!...J Provide at least one through traffic lane open in direction of travel [:==J Work pem1itted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (5). All signs must place per 2022 SP. Permit # QMAP # 11.1 24-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 7 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R45.4l0 R45.724 Closure Limits: NB 5 Exit ramp to Poinsettia Lane. NB 5 Entrance ramp from Poinsettia Lane. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C ~gend: ~ Ramp may be closed completely. =:J Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (8). All signs must place per 2022 SP. NOTE: When an Off-ram12 is closed com12letelx, 12lace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the 012tion to use the 12receding Off-ram12 and warning them of the ram12 closure ahead. Permit# QMAP # 11.124-0XXX-(l l-23-NXX)-SPSALEM-02-01-2023 Chart No. 8 Complete Ramp Lane Hours County: SD Route/Direction: 5 /SB PM: R45.754 R45.409 Closure Limits: SB 5 Exit ramp to Poinsettia Lane. SB 5 Entrance ramp from Poinsettia Lane. FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays C C C C C CC C Fridays C C C C C Saturdays Sundays C C C ~gend: @ Ramp may be closed completely. D Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (7). All signs must place per 2022 SP. NOTE: When an Off-ramg is closed comgletel:'l'., glace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the ogtion to use the greceding Off-ramg and warning them of the ramg closure ahead. Permit# QMAP # 11.124--0XXX-(l 1-23-NXX)-SPSALEM-02-01-2023 Chart No. 9 Road Lane Reauirement Hours County: SD Direction: EB PM: Cannon Rd. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 I O I I 12 J3 14 l 5 16 17 I 8 19 20 21 22 23 24 Mondays through Thursdays I I I I I I l I Fridays I l I I I Saturdays Sundays I I I Legend: ~ Provide at least one through traffic lane open in direction of travel ~ Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart # (10). All signs must place per 2022 SP. Permit# QMAP # 11 .124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 10 Road Lane Reauirement Hours County: SD Direction: WB PM: Cannon Rd. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 IO I 1 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays I I I I I I I I Fridays I I I I I Saturdays Sundays I I I Legend: L...!....J Provide at least one through traffic lane open in direction of travel c==J Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (9). All signs must place per 2022 SP. Permit# QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No.11 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R47.843 R48.138 Closure Limits: NB 5 Exit ramp to Cannon Rd. NB 5 Entrance ramp from Cannon Rd. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 IO I I I 2 I 3 14 15 16 17 I 8 19 20 21 22 23 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C ~gend: ~ Ramp may be closed completely. ~ Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (12). All signs must place per 2022 SP. NOTE: When an Off-rai1112 is closed com12letely, 12lace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the OQtion to use the 12receding Off-ram12 and warning them of the rain12 closure ahead. Permit# QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 12 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R48.11 8 R47.834 Closure Limits: SB 5 Exit ramp to Cannon Rd. SB 5 Entrance ramp from Cannon Rd. FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C ~gend: ~ Ramp may be closed completely. ~ Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (11). All signs must place per 2022 SP. NOTE: When an Off-ram1:2 is closed com1:2letelx, 1:2lace a PCMS (Portable Changeable Message Sign} in the direction of travel allowing the traffic the OQtion to use the 1:2receding Off-ram1:2 and warning them of the ram1:2 closure ahead. Perm it# QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 13 Road Lane Requirement Hours County: SD Direction: EB PM: Tamarack Ave. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 I O 1 1 12 13 14 15 16 l 7 18 19 20 21 22 23 24 Mondays through Thursdays 1 I 1 1 1 1 I I Fridays 1 1 I I I Saturdays Sundays I I I md: Provide at least one through traffic lane open in direction of travel ~ Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (14). All signs must place per 2022 SP. Permit# QMAP # 11.124-0XXX-(11-23-NXX)-SPSALEM-02-01-2023 Chart No. 14 Road Lane Requirement Hours County: SD Direction: WB PM: Tamarack Ave. Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays I I I 1 l l l I Fridays 1 1 1 I I Saturdays Sundays I I I md: Provide at least one through traffic lane open in direction of travel c==J Work pem1itted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (13). All signs must place per 2022 SP. Permit# QMAP # 11.124-0XXX-(l I-23-NXX)-SPSALEM-02-01-2023 Chart No. 15 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R49.l 17 R49.386 Closure Limits: NB 5 Exit ramp to Tamarack Ave. NB 5 Entrance ran1p from Tamarack Ave. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 I O I I 12 13 14 15 16 1 7 18 19 20 21 22 23 24 Mondays through Thursdays C C CC C C C C Fridays C C CC C Saturdays Sundays C C C ~gend: ~ Ramp may be closed completely. :=J Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (16). All signs must place per 2022 SP. NOTE: When an Off-ran112 is closed com12letelx, Qlace a PCMS {Portable Changeable Message Sign) in the direction of travel allowing the traffic the OQtion to use the 12receding Off-ramQ and warning them of the ram12 closure ahead. Permit # QMAP # 11.124--0XXX-(11-23-NXX)-SPSALEM-01-26-2023 Chart No. 16 Comolete Ramo Lane Hours County: SD Route/Direction: 5 /SB PM: R49.464 R49.l69 Closure Limits: SB 5 Exit ramp to Tamarack Ave. SB 5 Entrance ramp from Tamarack Ave. FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 212223 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C Egend: @ Ramp may be closed completely. D Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (15). All signs must place per 2022 SP. NOTE: When an Off-ram12 is closed com12letel):'., 12lace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the OQtion to use the 12receding Off-ram12 and warning them of the ram12 closure ahead. Permit# QMAP # 11.124--0XXX-(11-23-NXX)-SPSALEM-0 1-26-2023 Chart No.17 Road Lane Requirement Hours County: SD Direction: EB PM: Carlsbad Village Dr Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays 1 1 I I 1 1 I I Fridays 1 I I I 1 Saturdays Sundays 1 1 1 =ad: Provide at least one through traffic lane open in direction of travel :=:=J Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart # (18). All signs must place per 2022 SP. Permit # QMAP # 11.124-0XXX-(l 1-23-NXX)-SPSALEM-01-26-2023 Chart No.18 Road Lane Reauirement Hours County: SD Direction: WB PM: Carlsbad Village Dr Closure Limits: At Rte. 5 FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mondays through Thursdays 1 1 I 1 1 I I I Fridays 1 1 I 1 I Saturdays Sundays I I I md: Provide at least one through traffic lane open in direction of travel ~ Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (17). All signs must place per 2022 SP. Permit# QMAP # 11.124--0XXX-(11-23-NXX)-SPSALEM-01-26-2023 Chart No. 19 Complete Ramp Lane Hours County: SD Route/Direction: 5 /NB PM: R49.973 RS0.242 Closure Limits: NB 5 Exit ramp to Carlsbad Village Dr. NB 5 Entrance ramp from Carlsbad Village Dr. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 10 11 12 13 14 1516 1718 19 20 212223 24 Mondays through Thursdays C C C C C C C C Fridays C C C C C Saturdays Sundays C C C Egend: @ Ramp may be closed completely. 0 Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart# (20). All signs must place per 2022 SP. NOTE: When an Off-ram12 is closed com12letel~, 12lace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the OQtion to use the 12receding Off-ram12 and warning them of the ram12 closure ahead. Permit# QMAP # 11.124-0XXX-(ll-23-NXX)-SPSALEM-01-26-2023 Chart No. 20 Comolete Ramo Lane Hours County: SD Route/Direction: 5 /SB PM: RS0.259 RS0.014 Closure Limits: SB 5 Exit ramp to Carlsbad Village Dr. SB 5 Entrance ramp from Carlsbad Village Dr. FROM HOUR TO HOUR 24 I 2 3 4 5 6 7 8 9 IO I I 12 13 14 15 16 17 18 19 20 2 1 22 23 24 Mondays through Thursdays C C C C C C C C Fridays C C CC C Saturdays Sundays C C C ~gend: [g Ramp may be closed completely. 0 Work is allowed within the highway where a shoulder or lane closure is not required. REMARKS: This closure chart must not be used in conjunction with chart # (19). All signs must place per 2022 SP. NOTE: When an Off-ramR is closed comRletely, Rlace a PCMS (Portable Changeable Message Sign) in the direction of travel allowing the traffic the ORtion to use the Rreceding Off-ramR and warning them of the ramR closure ahead. Permit# QMAP # 11.124--0XXX-(I 1-23-NXX)-SPSALEM--02-01-2023 March 13, 2023 ADDENDUM NO. g ( City of Carlsbad RE: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING BID NO. PWS23-2082TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: March 16, 2023 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~£ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 ....L..t_ ___ ~-'-~~~--<"-----___:,;/A:..::..:.ng;;;i.;e::.:.:11 Reyna, Senior Estimator Bidder~e Granite Construction Company Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t From: CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING Contract No. 6001-22E Bid No. PWS23-2082TRAN Addendum No. 2 Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 14 pages (including this page) Date: March 13, 2023 Bid Opening Date: March 16, 2023 -11 :00 a.m. ( changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Thursday, March 16, 2023, 11 a.m. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to March 16, 2023, at 11 a.m. ITEM NO. 2: CONTRACTOR'S PROPOSAL Schedule "B" -Item B-19 quantities revised . Replace the Contractor's Proposal (pages 13-23) in its entirety with Attachment A. Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 2 1 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 2 CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-22E 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Not in Caltrans Right-of-Way) Item No. Description A-1 Mobilization at (Price in Words) A-2 Public Notification of Work at (Price in Words) A-3 Prepare Water Pollution Control Program at (Price in Words) A-4 Temporary Drainage Inlet Protection at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) Stipulated $50,000 1 LS $ 1 LS $ 1 LS $ 3 Item No. A-5 Description Prepare Traffic Control and Detour Plans at (Price in Words) A-6 Traffic Control Plan Implementation at (Price in Words) A-7 Street Sweeping and Dust Control at (Price in Words) A-8 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) A-9 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) A-10 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) A-11 Remove Existing Thermoplastic at (Price in Words) A-12 Cold Mill 2" AC and Dispose Grindings - Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 28 EA 1 LS For Patching Throughout Project & 81 ,107 SF Cannon Road Overlay at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 Unit Price (Figures) $ ___ _ $ ___ _ Total Amount (Figures) $ __ _ $ ___ _ $ __ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ 4 Item No. Description A-13 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) A-14 Construct 2" Type III -C3-PG 64-10-R0 AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) A-15 Construct 2" Type I I I-C2-PG 64-28PM- R 15 AC (WMA Additive Optional) (on Cannon Rd. Only) at (Unit Price in Words) A-16 Construct 3" Type I I I-C2-PG 64-28PM- Approximate Quantity and Unit 674,044 SF 377 TON 637 TON Unit Price (Figures) $ ___ _ $ __ _ $ __ _ R 15 AC (WMA Additive Optional) (on La 12,638 TON $ ___ _ Costa Ave. and Olivenhain Rd.) at (Unit Price in Words) A-17 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DET ACK detackifer shall 770 BOXES $ ___ _ be used on all crack seal immediately following application) at (Unit Price in Words) A-18 Rout cracks (using Crafco Model 30 or approved equal) as directed by City 12,738 LF inspector at (Unit Price in Words) A-19 Protect Utility Covers, MH, and vaults in place at Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 1 LS $ ___ _ Total Amount (Figures) $ ___ _ $ __ _ $ __ _ $ __ _ $ __ _ $ ___ _ $ ___ _ 5 Approximate Total Item Quantity Unit Price Amount No. Descri12tion and Unit (Figures) (Figures) (Price in Words) A-20 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual 792 ELT $ $ Asphalt (in bike lanes and buffers) at (Unit Price in Words) A-21 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual 2,197 ELT $ $ Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) A-22 Install Dual Curb Ramps; Caltrans Std. 1 EA $ $ Plan A88A, Detail A at (Unit Price in Words) A-23 Install Curb Ramp; Caltrans Std. Plan 7 EA $ $ A88A, Detail Bat (Unit Price in Words) A-24 Install Curb Ramp; Caltrans Std. Plan 1 EA $ $ A88A, Case C at (Unit Price in Words) A-25 Temporary pavement markers at 1 LS $ (Price in Words) A-26 Striping, Thermo, and RPMs per Plans 1 LS $ and Caltrans Details at (Price in Words) Contract No. 6001 -22E -PWS23-2082TRAN 6 Addendum No. 2 Item No. Description A-27 Install Blue fire hydrant reflective pavement markers at (Unit Price in Words) A-28 Replace water valve and survey monument boxes and adjust to grade at (Unit Price in Words) A-29 Adjust manholes to grade at (Unit Price in Words) A-30 Replace Traffic Signal Detector Loop, Type D at (Unit Price in Words) A-31 Replace Traffic Signal Detector Loop, Type Eat (Unit Price in Words) A-32 Replace Induction Loop System and Install Video/ Radar Detection System (La Costa Ave./ Saxony Dr. Intersection) at (Price in Words) Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 2 Approximate Quantity and Unit 65 EA 15 EA 10 EA 1 EA 4 EA 1 LS $ $ $ $ $ Unit Price (Figures) $ $ $ $ $ $ Total Amount (Figures) 7 SCHEDULE "B" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Within Caltrans Right-of-Way) Item No. Description B-1 Prepare Water Pollution Control Program at (Price in Words) B-2 Temporary Drainage Inlet Protection at (Price in Words) B-3 Prepare Traffic Control and Detour Plans at (Price in Words) B-4 Traffic Control Plan Implementation at (Price in Words) B-5 Street Sweeping and Dust Control at (Price in Words) B-6 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) B-7 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS Unit Price (Figures) Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ $ $ $ 8 Item No. Description B-8 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) B-9 Remove Existing Thermoplastic at (Price in Words) B-10 Cold Mill 2" AC and Dispose Grindings - For Patching Throughout Project & Cannon Road Overlay at (Unit Price in Words) B-11 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) B-12 Construct 2" Type I I I-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) B-13 Construct 2" Type I II-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on Cannon Rd . Only) at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1 EA $ $ 1 LS $ 55,561 SF $ $ 59,850 SF $ $ 71TON $ $ 623 TON $ $ 9 Item No. Descri[1tion B-14 Construct 3" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on La Costa Ave. Only) at (Unit Price in Words) B-15 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DETACK detackifer shall be used on all crack seal immediately following application) at (Unit Price in Words) B-16 Rout cracks (using Crafco Model 30 or approved equal) as directed by City inspector at (Unit Price in Words) B-17 Protect Utility Covers, MH, and vaults in place at (Price in Words) B-18 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at (Unit Price in Words) B-19 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) B-20 Temporary pavement markers at Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 2 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1,122 TON $ $ 15 BOXES $ $ 255 LF $ $ 1 LS $ 10 ELT $ $ 62 ELT $ $ 1 LS $ 10 Item No. Description (Price in Words) B-21 Striping, Thermo, and RPMs per Plans and Caltrans Details at (Price in Words) B-22 Replace Traffic Signal Detector Loop, Type D at (Unit Price in Words) B-23 Replace Traffic Signal Detector Loop, Type Eat (Unit Price in Words) Approximate Quantity and Unit 1 LS 34 EA 127 EA Unit Price (Figures) $. ___ _ $ ___ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ The City of Carlsbad shall determine the low bid based on the sum of Schedules "A" and "B". After the low bid has been determined, the City may, at its sole discretion, award the Contract based on the total of both schedules or on the total of Schedule "A" alone. Price(s) given above are firm for 180 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 ___________ , classification _______ which expires on ___________ , and Department of Industrial Relations PWC registration number ___________ which expires on ___________ , 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 Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 11 City § 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname) of proprietor ________________ _ (3) Place of Business _________________________ _ (Street and Number) City and State. __________________________ _ (4) Zip Code ________ _ Telephone No. ______________ _ (5) E-Mail ____________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 12 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business---------,--------------------(Street and Number) City and State __________________________ _ (4) Zip Code ______ _ Telephone No. _______________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 13 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) ___________________________ _ (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of ________________ _ (4) Place of Business _________________________ _ (Street and Number) City and State __________________________ _ (5) Zip Code _______ _ Telephone No. _____________ _ (6) E-Mail ___________________________ _ 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: Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 2 14 March 15, 2023 ADDENDUM NO. ~ { Cicyof Carlsbad RE: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING BID NO. PWS23-2082TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: March 30, 2023 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. e~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 -.t ______ t:b __ ..... _________ /_A_n...,gell Reyna, Senior Estimator Bidde~•s~re Granite Construction Company Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING Contract No. 6001-22E Bid No. PWS23-2082TRAN Addendum No. 3 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages (including this page) Date: March 15, 2023 Bid Opening Date: March 30, 2023 -11 :00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Thursday, March 30, 2023, 11 a.m. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to March 30, 2023, at 11 a.m. Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 3 QUESTIONS AND ANSWERS 1. Schedule B require all thermoplastic striping and markings on Caltrans ROW, does this included the green portions or can the green portions be paint? No, all green portions will be green paint as specified (even within Caltrans R/W). Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 3 2 March 21, 2023 ADDENDUM NO. ! ( City of Carlsbad RE: 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING PROJECT NO. 6001-22E; BID NO. PWS23-2083TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~~ -GRAHA~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 -1~.......,;-.""'~.,.::;......;:w;;;;.......: ~;...= -:;...._ _____ /_A_n...,.g .... e_ll Reyna, Senior Estimator Bidder'~ Granite Construction Company Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING Contract No. 6001-22E Bid No. PWS23-2082TRAN Addendum No. 4 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham .jordan@carlsbadca.gov No. of Pages: 21 pages (including this page) Date: March 21 , 2023 Bid Opening Date: March 30, 2023 -11 :00 a.m. (changed in Addendum No. 3) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: ENGINEER'S ESTIMATE Delete the Engineer's Estimate of $4,744,000 and replace with $4,792,000. ITEM NO. 2: CONTRACTOR'S PROPOSAL Schedule "A" -Items A-12 and A-14 quantities revised/ increased. -Item A-18 unit changed from linear feet to lump sum. -Item A-26 and A-30 description revised. Schedule "8'' -Items B-10 and B-12 quantities revised/ increased. Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 -Item B-16 unit changed from linear feet to lump sum. -Item B-21 and B-22 description revised. Replace the Contractor's Proposal (pages 13-23) in its entirety with Attachment A. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO SPECIFICATIONS ITEM NO. 1: 9-4 BID ITEMS Regarding item descriptions changed in the Contractor's Proposal, delete and replace the following in Section 9-4: • Delete: Rout cracks (using Crafco Model 30 or approved equal) as directed by City inspector (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation for routing by linear foot and conforming to the requirements of Section 203-10 and Section 302-15. This bid item shall include, but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in these Special Provisions. The amount of routing linear feet set forth in the bid item is for estimating purposes only and the final quantities will be measured in the field by the City Inspector. Replace with: Rout cracks (using Crafco Model 30 or approved equal) (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation for routing all cracks per the requirements of Section 203-10 and Section 302-15, as determined by the City Inspector. This bid item shall include, but not be limited to: furnishing all labor, tools, equipment, and the materials necessary for doing the work as outlined in these Special Provisions. The City of Carlsbad roughly estimated the linear footage of necessary routing at 13,000 -15,000 LF. The Contractor is responsible for visiting all project areas pre-bid to review the required scope of work based on the contract requirements and no additional compensation will be allowed regardless of the actual quantity. • Delete: Striping, Thermo, and RPMs per Plans and Caltrans Details (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Striping, Thermo, and RPMs per Plans and Caltrans Details and in accordance with the plans, contract documents, and in conformance with Section 214-4 as well as Section 314-3. This includes, but it not limited to green traffic paint as specified in Section 214-4.3. No additional compensation shall be allowed. Replace with: Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details and in accordance with the plans, contract documents, and in conformance with Section 214-4 Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 2 as well as Section 314-3. This includes, but it not limited to green traffic paint as specified in Section 214-4.3. No additional compensation shall be allowed. • Delete Replace Traffic Signal Detector Loop, Type D (Each) and Replace with Replace/ Add Traffic Signal Detector Loop, Type D (Each) ITEM NO. 2: 203-10.1 Hot Pour Crack Sealant and Routing. Second paragraph, second sentence: Delete "All cracks will be crack sealed, whether routed or not." and replace with "All cracks will be crack sealed as directed in the Standard Specifications and these Special Provisions, whether routed or not." MODIFICATIONS, DELETIONS. AND/OR ADDITIONS TO THE PLANS ITEM NO. 1: REVISED OR ADDED SHEETS Replace Sheet 1 with the revised sheet in Attachment B. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE APPENDICES Delete Attachment C added as an Appendix in Addendum 1 and replace with Attachment C -East- West Corridor Resurfacing and Restriping Street List Quantities. Additional AC patching square footage quantities were added to Carlsbad Village Drive and Tamarack Avenue near the interchange areas. QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. There is no bid item for signage, nor does it indicate that it's covered under the striping pay item but signage is called out in the striping plans. Signage was missed in the lump sum bid item description (A-26 and B-21) and the associated bid item descriptions and specifications were adjusted and updated accordingly. 2. Plans do no call out for channelizers or delineators but section 314-6.1 calls for the placement and removal of them. If there are existing channelizers currently present but not indicated on the plans sheet they must be removed and replaced, correct? The City has a handful of locations where channelizers/ delineators are located throughout the City, but this project doesn't anticipate any work within these locations, and as such, they are not addressed on the plans nor as a bid item; they were left in the specs. as we do for similar slurry seal and overlay projects. 3. What is the status of Caltrans approval for areas within Caltrans R/W (i.e., Schedule B)? The City has been working with Caltrans to obtain an Encroachment Permit and subsequently approval of a Design Standard Decision Document (DSDD) for the work that is identified in Schedule B. At this time, Caltrans has tentatively approved the striping plans and DSDD associated with this project, with a target Encroachment Permit issuance by April 10, 2023. Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 3 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 4 CITY OF CARLSBAD 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 CONTRACTOR'S PROPOSAL The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-22E 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Not in Caltrans Right-of-Way) Item No. Description A-1 Mobilization at (Price in Words) A-2 Public Notification of Work at (Price in Words) A-3 Prepare Water Pollution Control Program at (Price in Words) A-4 Temporary Drainage Inlet Protection at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) Stipulated $50,000 1 LS $ 1 LS $ 1 LS $ 5 Item No. A-5 Description Prepare Traffic Control and Detour Plans at (Price in Words) A-6 Traffic Control Plan Implementation at (Price in Words) A-7 Street Sweeping and Dust Control at (Price in Words) A-8 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) A-9 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) A-10 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) A-11 Remove Existing Thermoplastic at (Price in Words) A-12 Cold Mill 2" AC and Dispose Grindings - Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 28 EA 1 LS For Patching Throughout Project & 90,947 SF Cannon Road Overlay at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Unit Price (Figures) $ ___ _ $ ___ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ $ ___ _ 6 Item No. Description A-13 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) A-14 Construct 2" Type III-C3-PG 64-10-R0 AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) A-15 Construct 2" Type III-C2-PG 64-28PM- R 15 AC (WMA Additive Optional) ( on Cannon Rd. Only) at (Unit Price in Words) A-16 Construct 3" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on La Costa Ave. and Olivenhain Rd.) at (Unit Price in Words) A-17 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DET ACK detackifer shall be used on all crack seal immediately following application) at (Unit Price in Words) A-18 Rout cracks (using Crafco Model 30 or approved equal) at (Unit Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Quantity and Unit 674,044 SF 500 TON 637 TON 12,638 TON 770 BOXES 1 LS Unit Price (Figures) $ ___ _ $ $ $ $ Total Amount (Figures) $ ___ _ $ $ $ $ $ 7 Item No. DescriQtion A-19 Protect Utility Covers, MH, and vaults in place at (Price in Words) A-20 Slurry Seal, Type I-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at (Unit Price in Words) A-21 Slurry Seal, Type II-PMCQS-1 h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) A-22 Install Dual Curb Ramps; Caltrans Std. Plan ABBA, Detail A at (Unit Price in Words) A-23 Install Curb Ramp; Caltrans Std. Plan ABBA, Detail B at (Unit Price in Words) A-24 Install Curb Ramp; Caltrans Std. Plan ABBA, Case C at (Unit Price in Words) A-25 Temporary pavement markers at (Price in Words) Contract No. 6001 -22E -PWS23-20B2TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures} (Figures} 1 LS $ 792 ELT $ $ 2,197 ELT $ $ 1 EA $ $ 7 EA $ $ 1 EA $ $ 1 LS $ B Item No. DescriQtion A-26 Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details at (Price in Words) A-27 Install Blue fire hydrant reflective pavement markers at (Unit Price in Words) A-28 Replace water valve and survey monument boxes and adjust to grade at (Unit Price in Words) A-29 Adjust manholes to grade at (Unit Price in Words) A-30 Replace/ Add Traffic Signal Detector Loop, Type D at (Unit Price in Words) A-31 Replace Traffic Signal Detector Loop, Type Eat (Unit Price in Words) A-32 Replace Induction Loop System and Install Video/ Radar Detection System (La Costa Ave./ Saxony Dr. Intersection) at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures} (Figures} 1 LS $ 65 EA $ $ 15 EA $ $ 10 EA $ $ 1 EA $ $ 4 EA $ $ 1 LS $ 9 SCHEDULE "B" 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING (Within Caltrans Right-of-Way) Item No. Description 8-1 Prepare Water Pollution Control Program at (Price in Words) 8-2 Temporary Drainage Inlet Protection at (Price in Words) 8-3 Prepare Traffic Control and Detour Plans at (Price in Words) 8-4 Traffic Control Plan Implementation at (Price in Words) 8-5 Street Sweeping and Dust Control at (Price in Words) 8-6 Clearing & Grubbing, Weed Killing, and Tree Trimming at (Price in Words) 8-7 Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Price in Words) Contract No. 600 1-22E -PWS23-2082TRAN Addendum No. 4 Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS Unit Price (Figures) Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $ $ $ $ 10 Item No. Description 8-8 Tie Out and Re-establish Survey Monuments, Post-Construction Corner Record at (Unit Price in Words) 8-9 Remove Existing Thermoplastic at (Price in Words) 8-10 Cold Mill 2" AC and Dispose Grindings - For Patching Throughout Project & Cannon Road Overlay at (Unit Price in Words) 8-11 Cold Mill 3" AC and Dispose Grindings at (Unit Price in Words) 8-12 Construct 2" Type I I I-C3-PG 64-10-RO AC (WMA Additive Optional) -For Patching Only at (Unit Price in Words) 8-13 Construct 2" Type I II-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on Cannon Rd. Only) at (Unit Price in Words) 8-14 Construct 3" Type III-C2-PG 64-28PM- R15 AC (WMA Additive Optional) (on La Costa Ave. Only) at (Unit Price in Words) Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures) (Figures) 1 EA $ $ 1 LS $ 60,891 SF $ $ 59,850 SF $ $ 138 TON $ $ 623 TON $ $ 1,122 TON $ $ 11 Item No. Descri12tion B-15 Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin) (DETACK detackifer shall be used on all crack seal immediately following application) at (Unit Price in Words) B-16 Rout cracks (using Crafco Model 30 or approved equal) at (Unit Price in Words) B-17 Protect Utility Covers, MH, and vaults in place at (Price in Words) B-18 Slurry Seal, Type I-PMCQS-1h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) at (Unit Price in Words) B-19 Slurry Seal, Type II-PMCQS-1 h-EAS w/2 .5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) at (Unit Price in Words) B-20 Temporary pavement markers at (Price in Words) B-21 Signing, Striping, Thermo, and RPMs per Plans and Caltrans Details at (Price in Words) Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 Approximate Total Quantity Unit Price Amount and Unit (Figures} (Figures} 15 BOXES $ $ 1 LS $ 1 LS $ 10 ELT $ $ 62 ELT $ $ 1 LS $ 1 LS $ 12 Approximate Total Item Quantity Unit Price Amount No. DescriQtion and Unit (Figures} (Figures} B-22 Replace/ Add Traffic Signal Detector 34 EA $ $ Loop, Type D at (Unit Price in Words) B-23 Replace Traffic Signal Detector Loop, 127 EA $ $ Type Eat (Unit Price in Words) The City of Carlsbad shall determine the low bid based on the sum of Schedules "A" and "B''. After the low bid has been determined, the City may, at its sole discretion, award the Contract based on the total of both schedules or on the total of Schedule "A" alone. Price(s) given above are firm for 180 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 ___________ , classification _______ which expires on ___________ , and Department of Industrial Relations PWC registration number ___________ which expires on ___________ , 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 § 7028.1 S(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 Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 13 employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname) of proprietor _________________ _ (3) Place of Business _________________________ _ (Street and Number) City and State ___________________________ _ (4) Zip Code ______ _ Telephone No. ______________ _ (5) E-Mail ___________________________ _ Contract No . 6001-22E -PWS23-2082TRAN Addendum No. 4 14 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business __________________________ _ (Street and Number) City and State __________________________ _ (4) Zip Code ______ _ Telephone No. _______________ _ (5) E-Mail ___________________________ _ Contract No. 6001-22E -PWS23-2082TRAN Addendum No. 4 15 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) ___________________________ _ (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of ________________ _ (4) Place of Business _________________________ _ (Street and Number) City and State __________________________ _ (5) Zip Code _______ _ Telephone No. _____________ _ (6) E-Mail __________________________ _ 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: Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 16 ATTACHMENT B REVISED PLANS Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 17 Oocl.6,gnE~to·1,Q~1'5f6-Cf"MM6893tA WORK TO BE DONE Tl£ SIGNING ;NJ STRIPING WORK SHALL BE Pt:RF"~ IN ACCOOOANCE WITH Tl£ FOLLOWING ClOCU,ENTS, C\.RRENT AT Tl£ TI>£ OF CO'<STRUCTION, AS 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING PROJECT FOR VICINITY MAP CITY Of" OCEANSIDE DIRECTED BY Tl£ CITY ENGlt£ER. 1. CARLSBAD JiMIIICIPAL an:: 2. CITY OF CARLSBAD ENGit£ERING ST;NJARDS 3. THIS SET OF PLANS CITY OF CARLSBAD 4 Tl£ STm:J'-RD SPECIFICATIONS FDR PUlLIC WCf<!<S CO'<STRUCTION (GREEN BOO<). 5. Tl£ SAN DIEGO REGIC\'W. ST;NJmJ DRAWINGS ;NJ AS WAY BE ..:,OIFIED BY THE CITY OF CARLSBAD ST;NJARDS. 6. Tl£ CAI.IF-IA WANJAL ON u-llFORM TRAFFIC Cc,.jTRQ. DEVICES (CA l!UTaJ). 7. CAL TRANS ST;NJ'-RO PLANS. 8. CAI.TRANS ST;NJAJ10 SPECIFICATIONS. "DECLARATION OF RESPONSIBLE CHARGE" I 1£REBY DECLARE THAT I AM Tl£ ENGlt£ER OF WORK FDR THIS PI<O,.,CCT, THAT I HAYE EXERC I SEO RESPOOS IBLE CHARGE OYER Tl£ DES I GN OF Tl£ PROJECT AS OEFI,oJ IN SECTION 6703 OF Tl£ BUSINESS ;NJ PROFESSIONS COOE, MO THAT Tl£ DESIGN IS CONSISTENT WITH o.mENT STOOARDS. l l.NJERST.Ar-0 THAT n-£ 0£0< CF PRO..t":CT ~Wlfll» AUJ SPECIFICATICNS BY Tl£ CITY OF CARLSBAD DOES NCT RELIEVE >£ AS ENGit£ER OF WORK. OF MY RESPONSIBILITIES FDR PROJECT DESIGN. FIRM: MICHAEL BAKER INTERNATIONAL AOORESS, 5050 AVENIDA EICINAS SUITE 260 Cl TY, ST, CARLSBAD CA 92008 TEL.EPHONEc (760) 476-9193 i ~<--DATE, 3/20/2023 RY · EI..L£RS £SGHA1URE ANO OAl1 RCE N:>: C 69470 REGISTRATION EXPIRATION DATE, 06-30-24 SHEET INDEX ~ 3-4 5--45 PfSCRIPTIW TITLE Sl£ET KEY WAP Sllf<!<Y SEAL B(U,()ARY SIGNING t STRIPING Pl.ANS PROJECT LOCATION THIS PRO--ECT IS LOCATED ON CARLSBAD VILLAGE OR, TAWARAO< AVE, CAIUJN RO, POINSETT!• LN, LA COST AYE >NJ OLIVO,W,IN RO. SIGNING AND STRIPING NOTES GENERAL NOTES 1. CONTRACTOR SHALL PROTECT ALL EXISTING UTILITIES IN Tl£ ROAOUY ;NJ RAISE TO FINISl£D GRADE PER SPECIFICATION SECTION 302-5.8. Tl£ CONTRACTOR 'IJST LOCATE, SURVEY, ;NJ RECDRO LOCATIONS OF ALL A!'Pl,IHENANCES IN THE ROADWAY INCLl.OING, BUT NCT LIMITED TO, MAAHOU:S, ACCESS HOLES, VALVE BOXES, BLOWOFFS, AIR RELEASES, SEWER CLEANCUTS, ;NJ SURVEY i,00,tENT BOXES. 2. Tl£ EXISTENCE AUJ LOCATION OF UTILITY STRUCTU<ES >NJ FACILITIES SHOWN ~ TI£ CONSTR\..CTI~ PLANS WERE OBTAH£D BY A SEAROi a:-AYAILABt..E RECORDS. ATTENTION IS CALLED TO Tl£ POSSIBLE EXISTEICE OF OTHER UTILJTY FACILJTIES DR STRU:TUlES NOT SHOWN DR IN A LOCATION DIFFERENT FROM THAT SHOWN ON Tl£ Pl.ANS. Tl£ CONTRACTOR IS REQUIRED TO TAKE QUE PRECAUTIONARY MEASl,RES TO PROTECT Tl£ UTILJTIES SHOWN ON Tl£ PLANS ;NJ ANY OTHER EXISTING FACILITIES DR STRU:T\RES NOT SHOWN. 3. Tl£ CONTRACTOR SHALL VERIFY Tl£ LOCATIO, OF ALL EXISTING FACILITIES (ABOVE GROU'O ANO u-lDERGRC>J-0) WITHIN THE PI<O,.,CCT SITE Sl,fflCIENTLY Af£AD Of WCR<. 4. Tl£ Cc,.jTRACTOR SHALL NCTIF'Y AFFECTED UTILITY CCM'ANIES (SEE BELOW) AT LEAST 2 FQL WORKING DAYS PRIOR TO STARTING GRADING NEAR Tl£IR FACILITIES 00 SHALL COORDINATE Tl£ WORK WITH A COWANY REPRESENT AT I YE. ~ SERVICE ALTER SOOK ATtT TI>£ WARNER CABLE COX ro.t,U;JCATIONS CITY OF CARlSBAO(STREITS k STORM DRAIN) •CITY OF CARLSBAD(SEWER,WATER t RECLAIMED WATER) •SAN OIEGUITO WATER DISTRICT •LEl..CADIA WASTEWATER DISTRICT •VAL.LECITOS WATER DISTRICT •OI...IVDliAIN WATER DISTRICT •Bl£NA SANITATION DISTRICT •AS APPROPRIATE 811 (800)411-7343 (800)892-0123 (760)438-TT41 (619)262-1122 (760)434-2980 (760)438-2722 (76C)633-2650 ( 760) 75.J-O 1 S5 (760)744-()460 (760)753-6466 (76C)726-1340X1330 1. THE CWTRACTDR IS RESPOOSIBLE FDR INSTALLATION OF ALL SIGNit-13 A,O STRIPING. 2. ALL SIGNING. STRIPING AND PAYE>ENT MARKINGS SHALL CON'ORM TO Tl£ CALIF-IA MAN.JAL ON u-llFORM TRAFFIC CONTROL DEVICES (LATEST VERSION), Tl£ CALTRl>.NS STN-OAl10 PLANS >NJ SPECIFICATIONS (LATEST VERSION). Tl£SE PLANS ANO Tl£ SPECIAL PROVISIONS. 3. ALL SIGNING >NJ STRIPING IS SUBJECT TO Tl£ APPROVAL OF THE TRANSPORTATION DIRECTOR DR Tl£1R REPRESENTATIVE, PRIOR TO INSTALLATION. 4. ANY DEVIATION FROM Tl£SE SIGNING >NJ STRIPlt-13 PLANS SHALL BE APPROVED BY THE TRANSPORTATION DIRECTOR DR Tl£1R REPRESENTATIVE PRIOR TO ANY CHAM,€ IN Tl£ FIELD. 5. ALL STRIPING SHALL BE REFLECTIVE PER CAI.TRANS SPECIFICATIONS. STRIPING SHALL BE REPAINTED TWO WEEKS AFTER INITIAL P•INTING. CARLSBAD VILLAGE DRIVE TAMARACK AVENUE CANNON ROAD POINSETTIA LANE LA COSTA AVENUE OLIVENHAIN RD CONTRACT NO. 6001-22E • . - . CITY OF CARLSBAD CARLSBAD, CALIFORNIA CITY COUNCIL KEITH BLACKBURN -MAYOR MELANIE BURKHOLDER -COUNCIL MEMBER PRIYA BHAT-PATEL -COUNCIL MEMBER TERESA ACOSTA -COUNCIL MEMBER SCOTT CHADWICK CITY MANAGER PAZ GOMEZ DEPUTY CITY MANAGER 6. ALL PERMANENT SIGNAGE SHALL BE REFLECTIVE PER ASTM DESIGNATION 04956 >NJ SHALL USE TYPE IV PRISMATIC REFLECTIVE Sl£ETING (HIGH INTENSITY PRISMATIC DR EQUAL) u,jl(SS OTHERWISE SPECIFIED. Rl-1 'STCF', R1-2 'YIELD", R2-1 'SPEED LIMIT' AND STREET NA.IC SIGNS SHALL USE TYPE IX PRISMATIC CM!E-GORl'a REFLECTIVE Sl£ETING (OIAJ,l)t,(J GRADE YIP DR EQUAL). DETAIL A -WORD AND ARROW BIKE LANE MARKING DETAIL B -CONTINENTAL CROSSWALK MARKINGS 7. PRIOR TO FINAL ACCEPTANCE OF STREET Jl,f'ROYO£NTS, ALL STREET STRIPING >NJ MARKINGS WITHIN A 500' PERHCTER OF Tl£ CONSTRUCTION PRO--ECT WILL BE RESTORED TO A \.IKE NEW" CONDITIC>4, IN A WANNER .CETING Tl£ APPROVAL OF Tl£ CITY INSPECTOR. 8. EXACT LOCATia-1 OF STRIPING >NJ STCF LIMIT LINES SHALL BE APPROVED BY Tl£ TRANSPORTATION DIRECTOR DR Tl£IR REPRESENTATIVE PRIOR TO INSTALLATION. 9. CONTRACTOR SHALL REMOVE ALL COFLICTING PAINTED LINES. MARKINGS m:J PAVEMENT LEGENDS BY GRINOING. DEBRIS SHALL BE PRCWTLY REMOVED BY THE CCM'RACTDR. 10. ALL PAYE>E:NT LEGENDS SHALL BE Tl£ LATEST VERSION OF Tl£ CALTRl>.NS STo.clLS. 11. LIMIT LINES >NJ CROSSWALKS SHALL BE FIELD LOCATED. CROSSWALKS SHALL BE HIGH VISIBILITY 'CONTINENTAL" STYLE >NJ SHALL HAYE 10' INSIDE Dlt.CNSION u-lLESS OTl£RWISE SPECIF JED. Ca-IT INENT AL CROSSWALK MARKINGS SHALL BE PARALLEL TO Tl£ DIRE CT I ON OF YEHIC\.I.AR TRAVEL. 12. ALL CROSSWALKS. LIMIT LINES. STCF BARS, PAYE>ENT ARROWS m:J PAYE>ENT LEGEi-OS INCLl,OING BIKE LANE LEGDOS >NJ ARROWS SHALL BE Tl£RMOPLASTIC u-lLESS OTHERWISE SPECIFIED. PREF~ T1£RMOPLASTIC ARROWS >NJ LEGEi-OS SHALL NCT BE ACCEPTAEU:. 13. SIZE OF SIGNS SHALL BE BASED lFCN Tl£ RECCMOOED SIGN SIZES FOU'O IN Tl£ CALIF-IA MANJAL Ct4 u-llFDRM TRAFFIC co;rROL DEVICES u,jl(SS OTHERWISE SPECIFIED. 14. SIGN POSTS SHALL BE SQ-JARE Pt:RF"DRATED STEEL n.01NG WITH BREAKAWAY BASE PER SAN DIEGO REGIONAL SWOAl10 DRAWING M-45. 15. Wl£N A SIGN IS ATTACl£0 TO A POLE, IT SHALL BE Mru<TED USING A ST;NJAJ10 CITY OF CARLSBAD APPROVED MOLNT I NG BRAO<ET WI TH STRAPS. 16. EXISTING SIGNS REMOVED BY Tl£ co;rRACTDR SHALL BE DELIVERED BY Tl£ co;TRACTDR TO THE CITY OF CARLSBAD Pl..eLIC WCf<!<S YARD AT 405 OAK AVEN.£. 17. ALL SIGNS SHOWN ON Tl£SE PLANS SHALL BE NEW SIGNS PROVIDED >NJ INSTALLED BY Tl£ Cc,.jTRACTOR EXCEPT Tl«lSE SIGNS SPECIFICALLY SHJIIN AS EXISTING TO BE RELOCATED DR TO REMAIN. 18. FIRE HYDRANT PAYE>ENT MARKERS SHALL CON'ORM TO Tl£ CAI.IF-IA MLTCO >NJ SAN DIEGO REGIONAL STN-OAl10 DRAWING M-19. 19. ALL NEW ;NJ RELOCATED SIGNS SHALL BE CLEARLY VISIBLE, NOT BLOCKED BY ANY OOSTRUCTION. Tl£ CWTRACTDR IS RESPOOSIBLE TO TRIM DR REMOVE ANY YEGETATIQ; BLOCKING Tl£ NEW 00 RELOCATED SIGNS. Michael Baker INTERNATIONAL S050AWJBda~ .., .. ,.,, c.tsbad, C4 92008 Pf'ml.·(760)476-9193 MBAKERmlCC,,, C>-c,W>,,- I 12· I ~T TO SCALE CFTIQ;AL LEFT -...,. , ,•,, T\JlN ARROW USE ......._ I f .• (PER PLAN) ~✓ _,r .. 72• 72• DETAIL F -BIKE SHARROW WITH GREEN PAINT NOT TO SCALE ·l ·GREEN PAINT (TYP) NOTE: GREEN TRAFFIC PAINT TO BE EF ~GRN FAST ORY 1952f' 1/2, PROOl.CT CODE 183, PROOUCE COLOR GREEN (34115 BY EhNIS-fl.INT DR APPROVED EOOAL PAINT TO >£IT FEDERAL Cf'-1952f' TYPE l 11. , 0-iAhGED GRUN P~T ca.OR NOT TO SCALE I 24" WHITE DR YELLOW -----TI£RMCPL..ASTIC 1 2' 3' :[Jln--- -.,1 ii 12• LIMIT LINE, GUTTER PROJECT LOCATIONS ,~_, DETAIL C-GREEN BIKE LANE SKIP NOT TO SCALE ~r ~ NOTE GREEN TRAFFIC PAINT TO BE EF SE~GRN FAST DRY 1952f' 1/2. PROOl.CT C00E 183, PR00UCE Ctl.DR GREEN (34115) BY EhNIS-fl.lNT DR APPROVED EQUAL PAINT TO l£ET FEDERAL '-P-1952F TYPE I 11. !DETAIL D-GREEN BIKE LANE SKIP WITH 6" LINE NCT TO SCALE ;I NOTE: GREEN TRAFFIC PAINT TO BE EF ~GRN FAST DRY 1952f' 1/2, PRtXJUCT COOE 183, PR00UCE Ctl.DR GREEN (34115) BY EhNIS-FLINT DR APPROVED EQUAL PAINT TO >£ET FEDERAL '-P-1952F TYPE I 11. ,oWdii GRUN PAINT dici DETAIL E-GRE_EN BIKE LANE SKIP AT CURB NOT TO SCALE STRIPING NOTE GREEN PAINT SHALL STCF AT LIP OF GUTTER. NOTE GREEN TRAFFIC PAINT TO BE EF SE~GRN FAST DRY 1952F 1/2, PRtXJUCT CODE 183, PROOUCE Ctl.DR GREEN (34115) BY EhNIS-fl.INT DR APPROVED EQUAL PAINT TO >£:ET FEDERAL Cf'-1952F TYPE I I I. SIGN LEGEND @~ W3-3 (30"x30") W4-2(R) (36",36") [BEGIN] [ END l R81A(CA) R81B(CA) 12•x5• s•x5• ~ ~ R4-4 35•x30• ~ ~ R:H(R) ;s·x35• ~ E OS W9-1(R) (36"x36") ~~ ( 12"x8") R7-9o (12"x18") "AS BUil T" P.E. ___ EXP.____ DATE REY!EWED BY, INSPECTOR DATE fsi¥rl CITY OF CARLSBAD t===1===:t=======================~===~~==~===~===~ L2_j ENGINEERING DEPARTMENT ~ ~ 1---1---1----------------+---l---,f----+---I !IMPROVEMENT PLANS FORc 3/20/231 R!<Z I DATE I INITIAL ENGINEa or WORt< SChA 1UR£ & CAA'ICID CREEN F.wiT C:l,.~ REVISION DESCRIPTION DAT£ tNITIAJ.. DATE INITIAL OTHER N'PROVAL QTY APPROVAL 2022 EAST-WEST CORRIDOR RESURFACING ANO RESTRIPING ]l_fil_2jfil ;t:/J APPROVED, THOMAS FRANK ef: J -~ 2/1/2023 CITY ENGINEIR RCE 4~70 EXP.9/JO/~• _ ~ATE PROJECT NO. 6001-22( ]I DRAWING NO. 541-2 ::, < i1l ~ .., N 0 ~ ;:, < i!i ~ ::, ;'i 0.: ~ i!i 5 ~ 0 ~ I 5 I ~ ill ~ .... C-1 :, 0 C-1 ::, ~ f I,; ~ ~ 0 ~ :~ . .,.. t! 5 ~ §? ; i5 ~ ~ ~ ., :;::- ;o ~ 5,- ~ 3- 5 u ~ u i!i "' < "' 2 er' iii "' ~ < ':l ~ ~ / ATTACHMENT C EAST-WEST CORRIDOR RESURFACING AND RESTRIPING STREET LIST QUANTITIES Contract No. 6001 -22E -PWS23-2082TRAN Addendum No. 4 18 13 8 I 10 10 10 • • 1, 1,4 8 3,5'0 8 1oae • ... 23 442 8 1 37 554 1 2,079 251 • 1 34 8 1,014 218 • ... 810 8 2847 1,250 13 13 • 1 877 13 13 553 832 13 13 ... 13 13 .. 13 1 2388 13 13 1,18 13 13 ... 13 13 13 13 13 13 13 13 13 13 13 13 1 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 ... 13 498 10 ..... .... 13 .... 663 13 663 2,158 13 2.158 1,681 1,691 1123 1,123 10 10 10 1,561 1841 10 1,6'1 1,078 10 1,078 10 1,088 10 1,086 10 286 10 286 1,11 10 6 6 1171 10 676 1,101 10 836 ! ! t t < < a 1 £ ii ~ • • ~ I " §_,. H ~2 ~J. SM110 1 ,o, 11,068 1,232 11068 1,232 1 ,082 1,896 17,062 1898 733,894 100,858 50.980 o Summation • Approm'llle Alu/ $qua,. Foota~ of St"ffl S.grnentl....,. take from City GIS O.tabll• and H such, Mt'e incrHMd by 5.,.10 9000lM"ll lof •ny .nomo1ie .. Paym«it wl be beMd on Actual Square Foota~. -Approm"\11111 Al•• tor P■tdmg bebr• Sluny S.■I for Bidding P~ AclJ■I OU■nM• v.il be mad.I ~r In~ wl1h ~ Contracklr. Paym,,nt v.il be baNd on ~•I Square Foot.ge. Revised 6/15/17 Contract No. 6001-22E Page 49 of 148 GENERAL PROVISIONS FOR 2022 EAST-WEST CORRIDOR RESURFACING AND RESTRIPING CONTRACT NO. 6001-22E 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. 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. 0 Revised 6/15/17 Contract No. 6001-22E Page 50 of 148 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. 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 0 Revised 6/15/17 Contract No. 6001-22E Page 51 of 148 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. 0 Revised 6/15/17 Contract No. 6001-22E Page 52 of 148 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. 0 Revised 6/15/17 Contract No. 6001-22E Page 53 of 148 Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 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. 0 Revised 6/15/17 Contract No. 6001-22E Page 54 of 148 1-3.2 Common Usage Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve 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 0 Revised 6/15/17 Contract No. 6001-22E Page 55 of 148 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 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 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 0 Revised 6/15/17 Contract No. 6001-22E Page 56 of 148 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 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) 0 Revised 6/15/17 Contract No. 6001-22E Page 57 of 148 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (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 0 Revised 6/15/2017 Contract No. 6001-22E Page 58 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 59 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 60 of 148 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 construction plans consist of one set. The plan set is designated as City of Carlsbad Drawing No. 526-8 and consists of 24 sheets. The specifications for the work include the General Provisions, Supplemental Provisions, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. 0 Revised 6/15/2017 Contract No. 6001-22E Page 61 of 148 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract. 5. Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6. Plans. 7. Standards plans. a. City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. California Manual on Uniform Traffic Control Devices latest edition (CA MUTCD). e. San Diego Area Regional Standard Drawings. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. 8. Standard Specifications for Public Works Construction, as amended. 9. Reference Specifications. 10. Manufacturer’s Installation Recommendations. Detail drawings shall take precedence over general drawings. Plan details shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. 0 Revised 6/15/2017 Contract No. 6001-22E Page 62 of 148 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: 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 63 of 148 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. 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, 0 Revised 6/15/2017 Contract No. 6001-22E Page 64 of 148 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 (e.g, where cold milling, a surveyor’s street and property line monument, not scheduled for removal, shall be protected). Any ties, monuments and benchmarks which are distorted or destroyed without the City's permission shall be reestablished and replaced after construction at the Contractor's expense. The Contractor and his sureties shall be liable, at Contractor's expense, for any resurvey required due to his negligence in protecting existing ties, monuments, benchmarks or any such horizontal and vertical controls. Survey Monument Field Search: In accordance with Section §§ 8771 of the Business and Professions Code, the contractor will be required to hire a licensed land surveyor to inspect the project limits and identify all survey monuments found. The project shall be inspected following the City's notice to proceed and prior to beginning construction. The contractor's surveyor shall submit to the City a letter stating that "a reasonable and diligent field search was conducted" and list the monuments found. The letter 0 Revised 6/15/2017 Contract No. 6001-22E Page 65 of 148 shall be submitted to the City prior to construction. Payment for the survey monument field search shall be paid at the lump sum contract bid price. Setting Reference Ties and Pre-Construction Corner Record: In accordance with Section §§ 8771 of the Business and Professions Code, the contractor will be required to hire a licensed land surveyor to tie out monumentation scheduled for disturbance/ affected by the project prior to commencement of construction and require the land surveyor to file corner records with the County Surveyor as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. . Tie-Out and Re-establishing Survey Monuments and Post-Construction Corner Record: In accordance with Section §§ 8771 of the Business and Professions Code, the contractor will be required to hire a licensed land surveyor to re-establish any such monuments damaged or destroyed during construction and file corner records with the County Surveyor after replacement. The City shall determine which monuments found and listed in the contractor's surveyor's letter are to be tied out and re-established. Payment will be made at the contract bid price for Each monument tied-out and re-established (tying-out and re-establishing is considered a combined unit of work for each monument). Upon completion of the project, a Notice of Completion shall not be filed until the monuments have been restored and corner records filed to the satisfaction of the County Surveyor. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a licensed land Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 66 of 148 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. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 67 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 68 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 69 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 70 of 148 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 71 of 148 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (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: 0 Revised 6/15/2017 Contract No. 6001-22E Page 72 of 148 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 73 of 148 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.” 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 74 of 148 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: 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 75 of 148 (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. (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 0 Revised 6/15/2017 Contract No. 6001-22E Page 76 of 148 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 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 77 of 148 (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 0 Revised 6/15/2017 Contract No. 6001-22E Page 78 of 148 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. 0 Revised 6/15/2017 Contract No. 6001-22E Page 79 of 148 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, 0 Revised 6/15/2017 Contract No. 6001-22E Page 80 of 148 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 81 of 148 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction or any tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. If the Contractor chooses to dispute the Agency’s test results, the Contractor shall conduct additional testing of their own, at no additional cost to the Agency. The additional testing shall be done by a third-party certified testing lab agreed upon by the Agency and the Contractor, and at project locations selected by the Agency. Testing and sampling shall be conducted in the presence of the Engineer or designee. 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. If the Contractor wishes to use any different products, materials or methods other than those specified in this contract, the Contractor shall submit those in a Request for Information (RFI) form for consideration by the City during the advertisement period only. If the Contractor wishes to use any different products, materials or methods after the contract has been awarded, the City has sole discretion whether to consider them. 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 82 of 148 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. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 83 of 148 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 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 84 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 85 of 148 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. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 86 of 148 protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2012 Edition, and the supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with 0 Revised 6/15/2017 Contract No. 6001-22E Page 87 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 88 of 148 SECTION 6 – PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within seven (7) calendar days after receipt of the "Notice to Proceed". 6-1.1 Preconstruction 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. A technical representative for the Warm Mix Asphalt (WMA) additive technology must attend the Preconstruction Meeting should WMA be used. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 89 of 148 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. 6-1.2.5 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 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 90 of 148 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. 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 91 of 148 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 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 92 of 148 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 Project Meetings whenever necessary. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 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 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 93 of 148 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. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 94 of 148 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. 6-7 TIME OF COMPLETION. 6-7.1 General. Placement of slurry seal shall not begin before April 1, 2023 unless Contractor receives written approval from the Engineer. Contractor’s bid costs for placement of slurry seal must remain firm from the bid opening date through completion of the Project, excluding increases for work that would otherwise qualify as a Changed Condition (Section 3-4) or Change Order unrelated to the April 1, 2023 date restriction on which placement of slurry seal may occur on the Project. 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. Working days shall include all Work associated with the project, including the submittals review period and final punch list process. The time of completion of the Contract shall 0 Revised 6/15/2017 Contract No. 6001-22E Page 95 of 148 be expressed working days. The Contractor shall diligently prosecute the work to completion within ninety (90) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor 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. Work on arterial streets, which would include all streets as a part of this project, shall be limited to between the hours of 8:30 a.m. and 4:30 p.m. on Monday through Friday, excluding Agency holidays. Work on any road that has a school on it shall occur on Saturdays. Work within Caltrans Right-of-Way shall occur at night between 9:00 p.m. and 5:00 a.m. unless modified and approved by Caltrans via the Encroachment Permit. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours, night work, or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall submit a schedule including a daily work plan to the Engineer reflecting the specified working hours and approved traffic control plan. If the Contractor proposes to perform any night work, no additional compensation will be provided. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. 0 Revised 6/15/2017 Contract No. 6001-22E Page 96 of 148 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. 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 two hundred and fifty dollars ($1,250). 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 two hundred and fifty dollars ($1,250) per day is the minimum value of costs and actual damaged caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. With respect to the public right-of-way, failure of the Contractor to restore and open all travel lanes within designated working hours shall result in damages being sustained by the Agency. For every 15-minute increment (or portion of time thereof) beyond the hours of work stated in the Contract Documents or superseded by the approved traffic control plans, the Contractor shall pay to the Agency, or have monies due to it, the sum of one thousand two hundred and fifty dollars ($1,250). Such sum is liquidated damages and shall not be construed as a penalty and will be deducted from monthly progress payments due the Contractor if such delay occurs. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. 0 Revised 6/15/2017 Contract No. 6001-22E Page 97 of 148 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 98 of 148 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.” 0 Revised 6/15/2017 Contract No. 6001-22E Page 99 of 148 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. For work within the City of Encinitas (e.g., along La Costa Ave.), the Contractor will be required to pay for and obtain all necessary permits from the City of Encinitas for construction improvements in their jurisdiction at no cost to the City of Carlsbad (see Appendix A). For work within Caltrans Right-of-Way, Contractor will be required to obtain all necessary permits for construction improvements identified in Schedule B. 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 therefor. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No Resource agency permits are required for the work. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 0 Revised 6/15/2017 Contract No. 6001-22E Page 100 of 148 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. 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. Starting the day after the application of the slurry seal, the contractor shall sweep the slurry-sealed streets for three (3) consecutive days using a self-loading motor sweeper with spray nozzles. One week later, contractor shall sweep the slurry-sealed streets once per week for two weeks. The Engineer has the authority to require more sweeping than specified herein. All sweeping costs shall be included in the Contractor’s Bid. 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 101 of 148 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 therefor. 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, 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 102 of 148 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. Temporary Drainage Inlet Protection: Temporary drainage inlet protection shall be constructed, maintained, and removed at drainage inlets as required downstream of the project boundaries and within the project limits. Temporary drainage inlet protection shall be one of the water pollution control practices for sediment control. Under no circumstances shall construction runoff enter the storm drain system without adequate controls in place to capture and trap sediment. Throughout the duration of the project the Contractor shall provide protection to meet the changing conditions around each drainage inlet. Temporary drainage inlet protection shall be installed such that ponded runoff does not encroach on the traveled way or overtop the curb. Gravel-filled bags shall be placed to control ponding and prevent runoff from overtopping the curb. Temporary drainage inlet protection shall be maintained to provide sediment holding capacity. Temporary drainage inlet protection shall be repaired or replaced as needed. Sediment deposits, trash, and debris shall be removed and hauled away as needed or when directed by the project inspector. Removed sediment shall be deposited within the project limits so that the sediment is not subject to erosion by wind or by water. Trash and debris shall be removed and hauled offsite. Gravel-filled bags shall be replaced when the bag material ruptures or when the binding fails. Geotextile fabric shall be removed and replaced when torn. The fabric shall also be replaced with clean fabric when odors from stagnant, ponded water are present. 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 103 of 148 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 as per an approved Traffic Control Plan. 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. The work shall be conducted by the Contractor in a manner to provide a satisfactory surface for traffic. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 760-929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 feet distance from their homes or businesses. Public Notification of Work: See Section 302-4.4 “Public Convenience and Traffic Control” for details about the notification letter to residences and businesses which is required to be mailed at least 2 weeks prior to the work. In addition to the two-week notification letter, a 72-hr notification door hangar shall be given to all residences and businesses on the affected streets at least 72 hours prior to resurfacing. Seventy-two (72) hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification 0 Revised 6/15/2017 Contract No. 6001-22E Page 104 of 148 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 points. An example of such notice is provided in these Special Provisions. 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. 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. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 105 of 148 Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices latest edition (FHWA MUTCD as amended for use in California, latest version) 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-five 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 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. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices latest edition (FHWA MUTCD as amended for use in California, latest version) 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 106 of 148 shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall maintain a safe buffer distance from any traffic lane occupied by traffic. The Contractor’s equipment shall maintain a safe distance from any traffic or pedestrians. A minimum of one (1) paved traffic lane, not less than 12’ wide, shall remain open and unobstructed for use by public traffic in each direction of travel at all times. If this is not possible due to road width constraints in certain areas, the Contractor shall submit a separate, additional traffic control plan to the Engineer for review and approval prior to implementation. For the cold-mill and overlay project limits, the contractor shall pave all cold-milled areas within the same workday. The contractor shall not allow public traffic to drive on the cold-milled surface. See Section 6-7 for details on working hours and traffic control. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices latest edition (FHWA MUTCD as amended for use in California, latest version) 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 107 of 148 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 latest edition 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 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 latest edition as published 0 Revised 6/15/2017 Contract No. 6001-22E Page 108 of 148 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 prepare “Traffic Control and Detour Plans” at the contract lump sum price bid and shall include any revisions necessary. The contract lump sum price paid for "Traffic Control Plan Implementation" 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 thereof. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control Plan Implementation." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made thereof. Progress payments for "Traffic Control Plan Implementation" 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 109 of 148 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: 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 110 of 148 (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 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.” 0 Revised 6/15/2017 Contract No. 6001-22E Page 111 of 148 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Facilities are not required for agency personnel. 0 Revised 6/15/2017 Contract No. 6001-22E Page 112 of 148 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 113 of 148 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 114 of 148 the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 5 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 115 of 148 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. 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and preparatory work will be made at the stipulated lump-sum price of $50,000 and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress 0 Revised 6/15/2017 Contract No. 6001-22E Page 116 of 148 payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 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 (Stipulated Lump Sum) Mobilization shall be at the stipulated contract unit price per Lump Sum and shall include full compensation for conforming to the requirements of Section 9-3.4.1, “Mobilization and Preparatory Work,” in these Supplemental Provisions, as specified in the Standard Specifications, and as directed by the Engineer. No additional compensation shall be allowed. Public Notification of Work (Lump Sum) Public notification of the work shall be at the contract unit price Lump Sum and shall include full compensation for conforming to the requirements of Section 7-10.1 and Section 302-4.7. No additional compensation shall be allowed. Prepare Water Pollution Control Program (Lump Sum) Preparation of the Water Pollution Control Program documents shall be at the contract unit price Lump Sum and shall include full compensation for conforming to the requirements of Section 7- 8.6. No additional compensation shall be allowed. Prepare Water Pollution Control Program (Lump Sum) Preparation of the Water Pollution Control Program documents shall be at the contract unit price Lump Sum and shall include full compensation for conforming to the requirements of Section 7- 8.6. No additional compensation shall be allowed. Temporary Drainage Inlet Protection (Lump Sum) Temporary Drainage Inlet Protection shall be at the contract unit price Lump Sum and shall include full compensation for conforming to the requirements of Section 7-8.6 and Section 7-8.7. This includes, but is not limited to, to the construction, maintenance, and removal of temporary drainage inlet protection at drainage inlets as required downstream of the project boundaries and within the project limits. No additional compensation shall be allowed. Prepare Traffic Control and Detour Plans (Lump Sum) Preparation of Traffic Control and Detour Plans shall be at the contract price Lump Sum and shall include full compensation for conforming to the requirements of Section 7-10.3, including development of the project traffic control plans and detour plans as well as any revisions as required by the agency. No additional compensation shall be allowed. Traffic Control Plan Implementation (Lump Sum) Traffic Control Plan Implementation shall be at the contract price per Lump Sum and shall include full compensation for conforming to the requirements of Section 7-10, including development of the project traffic control plan, flagmen, warning signs, changeable message signs, temporary items, maintenance, repair, replacement, removals, all other appurtenances, as shown on the 0 Revised 6/15/2017 Contract No. 6001-22E Page 117 of 148 Plans, as specified in the Standard Specifications, these Supplemental Provisions, and as directed by the Engineer. No additional compensation shall be allowed. Street Sweeping and Dust Control (Lump Sum) Street Sweeping and Dust Control shall be at the contract price per Lump Sum and shall include full compensation for conforming to the requirements of Section 7-8 and Section 302-4.8.2.2. This includes, but is not limited to, scheduling street sweeping to occur following slurry sealing on each individual street. No additional compensation shall be allowed. Clearing and Grubbing, Weed Killing, and Tree Trimming (Lump Sum) Clearing and Grubbing, Weed Killing, and Tree Trimming shall be at the contract price per Lump Sum and shall include full compensation for conforming to the requirements of Section 300-1 and these Special Provisions. No additional compensation shall be allowed. Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record (Lump Sum) A Survey Monument Field Survey, Setting Reference Ties, and filing a Pre-Construction Corner Record with the County for portions of the work requiring overlay shall be at the contract price per Lump Sum and shall include full compensation for conforming to the requirements of Section 2- 9. No additional compensation shall be allowed. Tie Out and Re-establish Survey Monuments, Pre-Construction Corner Record (Each) Tying Out and Re-establishing Survey Monuments and filing a Pre-Construction Corner Record with the County for portions of the work requiring overlay shall be at the contract price Each for each monument requiring re-establishment and shall include full compensation for conforming to the requirements of Section 2-9. No additional compensation shall be allowed. Remove Existing Thermoplastic (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation for the removal of thermoplastic striping conforming to the requirements in Section 314-3. This shall include, but is not limited to, furnishing all labor, materials, equipment, tools and incidentals and for performing all the work complete and accepted in place. No additional compensation shall be allowed. Cold Mill 2" AC Cold Milling and Disposal of Grindings - For Patching Only (Square Feet) The contract unit price paid for this bid item shall constitute full compensation for two (2) inches deep asphalt concrete cold milling and disposal of grindings in areas where patching is necessary before slurry sealing; all of which conforming to the requirements in Section 302-15. The area set forth in the bid item is for estimating purposes only and the final quantities will be as measured in the field by the City Inspector. Cold Mill 3" AC Cold Milling and Disposal of Grindings (Square Feet) The contract unit price paid for this bid item shall constitute full compensation for three (3) inches deep asphalt concrete cold milling and disposal of grindings in areas where overlay of new, polymer modified asphalt concrete is shown on the project Plans; all of which conforming to the requirements in Section 302-15. No additional compensation shall be allowed. Construct 2" Type III-C3-PG-64-10-R0 (WMA Additive Optional) - For Patching Only (at 2” cold mill and removal locations) (Tons) The contract unit price paid for this bid item shall constitute full compensation for two (2) inches deep of asphalt concrete (AC) where patching is necessary before slurry sealing; all of which conforming to the requirements in Section 203-5. Warm mix asphalt (WMA) additive may be used 0 Revised 6/15/2017 Contract No. 6001-22E Page 118 of 148 as an option to help facilitate proper compaction requirements. The amount of AC set forth in the bid item is for estimating purposes only and the final quantities will be as measured and calculated in the field by the City Inspector. Construct 3" Type III-C2-PG 64-28PM-R15 AC (WMA Additive Optional) (at 3” cold mill and removal locations) (Tons) The contract unit price paid for this bid item shall constitute full compensation for three (3) inches deep of asphalt concrete (AC) in areas where overlay is shown on the project Plans; all of which conforming to the requirements in Section 203-5. Warm mix asphalt (WMA) additive may be used as an option to help facilitate proper compaction requirements. No additional compensation shall be allowed. Crack Seal streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin). DETACK detackifer shall be used on all crack seal immediately following application (Boxes) The contract unit price paid for this bid item shall constitute full compensation for each box of Elastoflex 670 (Polyskin) crack sealant conforming to the requirements of Section 203-10 and Section 302-15 shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in these Special Provisions. This bid item shall also include costs for furnishing all labor, tools, equipment, and materials necessary for applying DETACK detackifer on all crack seal immediately following application. The number of boxes of crack seal set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. Rout cracks (using Crafco Model 30 or approved equal) as directed by City inspector (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation for routing by linear foot and conforming to the requirements of Section 203-10 and Section 302-15. This bid item shall include, but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in these Special Provisions. The amount of routing linear feet set forth in the bid item is for estimating purposes only and the final quantities will be measured in the field by the City Inspector. Protect Utility Covers, MH, and vaults in place (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation for locating, surveying, and recording locations of all appurtenances in the roadway conforming to the requirements of Section 302-5.8. No additional compensation shall be allowed. Slurry Seal, Type I-PMCQS-1h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in bike lanes and buffers) (ELT) The contract unit price of extra-long ton (ELT) paid for this bid item shall constitute full compensation for polymer modified, type 1 slurry seal conforming to the requirements of Sections 203-3 and 302-4 of the Standard Specifications, and 203-4 of these Special Provisions. Type I slurry seal will be placed in bike lanes and buffers as illustrated on the project Plans and as described in these Special Provisions, Section 302-4.8.2.4. No additional compensation shall be allowed. Slurry Seal, Type II-PMCQS-1h-EAS w/2.5% Polymer by Weight of Residual Asphalt (in travel lanes and turn pockets) (ELT) The contract unit price of extra-long ton (ELT) paid for this bid item shall constitute full compensation for polymer modified, type 2 slurry seal conforming to the requirements of Sections 0 Revised 6/15/2017 Contract No. 6001-22E Page 119 of 148 203-3 and 302-4 of the Standard Specifications, and 203-4 of these Special Provisions, Section 302-4.8.2.4. Type II slurry seal will be placed in vehicular travel lanes as illustrated on the project Plans and as described in these Special Provisions. No additional compensation shall be allowed. Install Dual Curb Ramps; Caltrans Std. Plan A88A, Detail A (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a dual curb ramp per Caltrans Standard Plan A88A, Detail A and in accordance with the plans, contract documents, and in conformance with Section 303-5. This includes, but is not limited to, surveying, transitions, excavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to the curb ramp. No additional compensation shall be allowed. Install Curb Ramp; Caltrans Std. Plan A88A, Detail B (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a curb ramp per Caltrans Standard Plan A88A, Detail B and in accordance with the plans, contract documents, and in conformance with Section 303-5. This includes, but is not limited to, surveying, transitions, excavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to the curb ramp. No additional compensation shall be allowed. Install Curb Ramp; Caltrans Std. Plan A88A, Case C (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a curb ramp per Caltrans Standard Plan A88A, Case C and in accordance with the plans, contract documents, and in conformance with Section 303-5. This includes, but is not limited to, surveying, transitions, excavation, forming, base material, compaction, sawcutting, and removing and replacing pavement adjacent to the curb ramp. No additional compensation shall be allowed. Temporary pavement markers (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to furnish and install temporary pavement markers and in accordance with the plans, contract documents, and in conformance with Sections 214-6 and 315-4. No additional compensation shall be allowed. Striping, Thermo, and RPMs per Plans and Caltrans Details (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Striping, Thermo, and RPMs per Plans and Caltrans Details and in accordance with the plans, contract documents, and in conformance with Section 214-4 as well as Section 314-3. This includes, but it not limited to green traffic paint as specified in Section 214-4.3. No additional compensation shall be allowed. Install Blue fire hydrant reflective pavement markers (Each) The contract unit price paid for this bid item shall constitute full compensation toc furnish and install Blue fire hydrant reflective pavement markers in accordance with the plans, contract documents, and in conformance with Section 214-6. The number of blue fire hydrant reflective pavement markers set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. Replace water valve and survey monument boxes and adjust to grade (Each) The contract unit price paid for this bid item shall constitute full compensation to replace water valves and survey monument boxes and adjust them to grade in accordance with the plans, contract documents, and in conformance with Section 302-5.8. The number of water valves and survey monument boxes set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. 0 Revised 6/15/2017 Contract No. 6001-22E Page 120 of 148 Adjust manholes to grade (Each) The contract unit price paid for this bid item shall constitute full compensation to adjust manholes to grade in accordance with the plans, contract documents, and in conformance with Section 302- 5.8. The number of manhole boxes set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. Replace Traffic Signal Detector Loop, Type D (Each) The contract unit price paid for this bid item shall constitute full compensation to replace traffic signal detector loops, type D, in accordance with the plans, contract documents, and as described in conformance with Section 302-15.2. This includes, but is not limited to, installing a new, dedicated DLC with home run back to the cabinet for every existing loop that is currently sliced with other loops connecting to one DLC back to a cabinet. The number of detector loops set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. Replace Traffic Signal Detector Loop, Type E (Each) The contract unit price paid for this bid item shall constitute full compensation to replace traffic signal detector loops, type E, in accordance with the plans, contract documents, and as described in conformance with Section 302-15.2. This includes, but is not limited to, installing a new, dedicated DLC with home run back to the cabinet for every existing loop that is currently sliced with other loops connecting to one DLC back to a cabinet. The number of detector loops set forth in the bid item is for estimating purposes only and the final quantities will be accounted for in the field by the City Inspector. Replace Induction Loop System and Install Video/ Radar Detection System (La Costa Ave./ Saxony Dr. Intersection) (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to replace the induction loop system with a Iteris Vantage Next Vector video/ radar detection system for intersection of La Costa Ave./ Saxony Dr. Intersection, in accordance with the plans, contract documents, and as described in conformance with Sections 700 and 701 and the City of Carlsbad Traffic Signal and Electrical Specifications. No additional compensation shall be allowed. 0 Revised 6/15/2017 Contract No. 6001-22E Page 121 of 148 SUPPLEMENTAL PROVISIONS TO “GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Crushed Aggregate Base per Greenbook Section 200-2 and as specified herein. 200-2.2 Crushed Aggregate Base. Add the following: Crushed Aggregate Base shall be free from organic matter and other deleterious substances and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. The aggregate shall not be treated with lime, cement or other chemical material before tests are performed. Samples for testing shall represent every 500 cubic yards or one day's production, whichever is smaller. If the results of the aggregate grading tests do not meet the requirements for Percentage Passing Sieve as specified in Table 200-2.2.2 but meet the Quality Requirements as specified in Table 200-2.2.3, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until test results indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for Percentage Passing Sieve. If the results of both the aggregate grading and Sand Equivalent tests do not meet the requirements of Section 200-2.2, the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor, and approved at the sole discretion of the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $50 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may be come due, to the Contractor under the contract. SECTION 203 - BITUMINOUS MATERIALS 203-3 EMULSIFIED ASPHALT. 203-3.1 General. Replace the entire subsection with the following: For slurry seal, emulsified asphalt shall be polymer modified emulsion. It shall contain polymer mixed with a paving asphalt uniformly emulsified with water and an emulsifying or stabilizing agent. The polymer shall be neoprene, or butadiene and styrene copolymer. The polymer must be homogenous and milled into the emulsified asphalt at the colloid mill. Polymer modified emulsion shall content a minimum of 2.5% polymer by weight of residual asphalt, as determined 0 Revised 6/15/2017 Contract No. 6001-22E Page 122 of 148 by Caltrans Test 401. A Certificate of Compliance conforming to 4-1 of the Greenbook shall be submitted to the Engineer prior to application. 203-3.4 Physical Properties. 203-3.4.5 Polymer modified Emulsion (PME). Add the following: For slurry seal, polymer modified emulsion must be grade PMCQS-1h (cationic) and have the values of the properties shown in the following table: Polymer Modified Emulsion Property Test method Value Min Max Tests on emulsion: Saybolt Furol Viscosity @ 25 °C, SFSa AASHTO T 59 15 90 Sieve test, % AASHTO T 59 -- 0.30 Storage stability, 1 day, % AASHTO T 59 -- 1 Residue by evaporation, % California Test 331 57 -- Particle charge AASHTO T 59 Positive Tests on residue by evaporation test Penetration, 25 °C AASHTO T 49 40 90 Ductility, 25 °C, mm AASHTO T 51 400 -- Torsional recovery, % California Test 332 18 -- Polymer content, % by wt. of residual asphalt California Test 401 2.5 -- Note: aSFS means Saybolt Furol seconds Sampling must comply with Caltrans Standard Specifications Section 94-1.03. 203-4 NOT USED Add the following: 203-4 EMULSION-AGGREGATE SLURRY 203-4.1 General. Add the following: Emulsion-Aggregate Slurry shall be polymer-modified (min 2.5% polymer by weight of residual asphalt), cationic quick-set (PMCQS-1h) and shall conform to the requirements of 203-3, and 302-4 of the Greenbook. A Certificate of Compliance conforming to 4-1.5 of the Greenbook shall be submitted to the Engineer prior to application. 203-6 ASPHALT CONCRETE. 203-6.1 General. Add the following: Asphalt Concrete (AC) for patches shall be Type III-C3-PG 64-10-R0. No recycled asphalt pavement (RAP) shall be used in the AC mix used for patching. 0 Revised 6/15/2017 Contract No. 6001-22E Page 123 of 148 Asphalt Concrete for full width overlay shall be Type III-C2-PG 64-28PM-R15. Asphalt Concrete in base course, if necessary or required by the City Inspector, shall be Type III-B2-PG 64-10-R15. No more than 15% RAP shall be used in the full width overlay and base course AC mixes. 203-6.3 Job Mix Formula (JMF) and Mix Designs. Add the following: Asphalt Concrete (AC) shall be Type III-C3-PG 64-10-R0 for patches and shall be Type III-C2- PG 64-28PM-R15 for full width overlay; both of which with Warm Mix Asphalt (WMA) additive technology optional. No reclaimed asphalt pavement (RAP) is allowed in the AC mix used for patching. No more than 15% RAP is allowed in any AC mixes used for base course or full width overlay. If more RAP than allowed amount is used in any portion of asphalt concrete for any part of the project, that part will be rejected, and the contractor will be required to remove and replace that section at its own cost. If the use of WMA additive is desired, the WMA additive used must be on the Caltrans Authorized Material List for WMA authorized technologies in effect as of the date of advertisement of the contract, https://mets.dot.ca.gov/aml/WarmMixAsphaltTechnologiesList2.php?print=yes. Only additive technologies are acceptable. No foaming or water injection technology shall be used. A technical representative for the WMA additive technology must attend the Preconstruction Meeting should WMA be used by the Contractor. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of final asphalt concrete material. In addition to evaluation of the final asphalt material, samples of aggregate, RAP, and asphalt binder will be taken for testing. In case of dispute between the contractor and the Agency, the Engineer has the authority to request core samples for analysis from the placed asphalt concrete for any of the acceptance criteria, at the locations determined by the Engineer. All samples shall be taken in accordance with California Test 125, and the following table: Sampling Location Asphalt Concrete • Trucks, or • Mat behind the paver Aggregate • Cold feed belts, or • Hot bins prior to addition of asphalt binder RAP • RAP system, or • RAP feed belts Asphalt Binder • Asphalt binder supplier, or • Storage tanks at the plant during production When behind the paver or core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for the required testing. When using core samples, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 0 Revised 6/15/2017 Contract No. 6001-22E Page 124 of 148 Materials sampling and testing of the asphalt concrete shall be on a lot basis. A Lot shall be defined as the amount of pavement placed in 1 day. A Sub-Lot shall be defined as 500 tons. Should the amount of pavement placed in 1 day be less than 500 tons, the Sub-Lot and Lot shall be one and the same. Each Lot shall be from a single source unless otherwise approved by the Engineer. The samples and testing results shall be representative of their entire sample sub-lot. 203-6.8 Storage. Replace existing section with the following: Storage of asphalt concrete shall not be allowed. 203-10 NOT USED Add the following: 203-10 ASPHALT PAVEMENT CRACK SEALANTS. 203-10.1 Hot Pour Crack Sealant and Routing. Crack sealant shall be Elastoflex 670 (Polyskin) at 70 boxes per pallet. DETACK detackifer shall be used on all crack seal immediately following application – Unit: Box The Contractor will rout cracks as directed by the City Inspector. All cracks will be crack sealed, whether routed or not. The Contractor shall thoroughly clean and seal all cracks and joints in the pavement and apply hot applied crack sealant. The Contractor shall provide hot applied Elastoflex 670 (Polyskin) crack sealant at 70 boxes per pallet. DETACK detackifer shall be used on all crack seal immediately following application. The Contractor shall use “V” squeegees to strike off excess material from the street surface and shall use DETACK detackifier to spray all crack sealant immediately after the material is squeegeed. The Contractor will be required to maintain all traffic, through and local, as required. Accordingly, the Contractor will not be allowed to seal more than one-half the roadway width at any given time. The Contractor shall post “No Parking” signs on each street 48 hrs. prior to routing and/or crack sealing. It shall be the responsibility of the Contractor to provide, install and maintain signs, lights, flagmen, barricades, arrow boards and other devices as may be necessary to properly protect the work and to provide for safe and convenient travel by the public through the construction area. Flagmen shall use “STOP” and “SLOW” paddles and shall be properly attired and equipped with safety devices. The Contractor shall use a mobile street sweeper to clean the street after the routing is completed per street and before the street is crack sealed. The Contractor shall blow out all cracks and joints with an air compressor with wand attachment with a nozzle pressure of at least 125 psi. On cracks that have existing weeds growing within, if the weeds are not removed during routing, the Contractor shall use a “Billy goat” or similar machine equipped with a wire brush wheel to remove the weeds or shall use a heat lance capable of providing air temperatures of 2500 degrees F and will be required to remove all forms of vegetation and moisture ahead of the sealing operation. All joints and cracks must be dry and free of moisture before installation of the crack sealant. The crack sealing material shall not be applied when the weather is foggy or when rain threatens. 0 Revised 6/15/2017 Contract No. 6001-22E Page 125 of 148 The sealant shall be supplied in solid form which, when melted and properly applied with a squeegee, forms a resilient and adhesive compound that will effectively seal cracks and joints in asphalt concrete pavement. The sealant shall have a minimum pot application life of twelve hours and have re-heat capability at least one time after initial heat-up. Router(s) shall be Crafco Model 30 or approved equal. The router shall provide a 1/2” wide cut and be set to cut 3/4” depth. The City Inspector will direct the Contractor on which cracks to rout on each street and will measure the length of each routed crack for payment purposes. Payment for routing will be per linear foot of routed crack. Payment of crack sealant shall be per box of crack sealant used. The Contractor and the City Inspector will count the number of boxes of crack sealant used on the project streets. The Contractor will be paid for the actual amount of crack sealant material used, based on the number of boxes used on the project. SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) Add the following section: 206-7.1 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 As part of the bid item “Traffic Control Plan Implementation,” at least one PCMS will be required in each direction of travel affected by the work on the major streets and intersection work. The traffic control plans shall clearly show the PCMS’ locations. The PCMS shall warn motorists of the work one (1) week prior to start of the work and for the entire duration of the work. Add the following section: 206-7.2 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 126 of 148 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: 206-7.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-7.4 Measurement and Payment. The cost for PCMS shall be included in the bid item Traffic Control Plan Implementation and 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 214 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. Add the following section: 214-4.3 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-01R2. 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. PTH-02ALKYD. 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 127 of 148 Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. Green traffic paint shall be Ennis-Flint 985216 Green Standard Fast Dry Waterborne 1952F ½ Traffic Paint, Product Color Green (34115) or approved equal. Paint shall meet federal spec TT- P-1952F Type I & II. 214-6.4 RETROREFLECTIVE PAVEMENT MARKERS Add the following section: 214-6.5 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 214-6.4.2, or equal thereto. TABLE214-6.4.2 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 128 of 148 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 302 - ROADWAY SURFACING 302-4.3 Emulsion-Aggregate Slurry (EAS). Add the following section: 302-4.3.4 Submittal. At least 15 days before starting placement of a slurry seal, the following shall be submitted to the Engineer: 1. Samples for: 1.1. Emulsified asphalt slurry seal, two 1-quart wide mouth plastic containers with screw top lid of emulsified asphalt 1.2 Polymer modified emulsified asphalt slurry seal, two 1-quart wide mouth plastic containers with screw top lid of polymer modified emulsified asphalt 2. Emulsified asphalt, polymer modified emulsified asphalt data as follows: 2.1. Supplier and Type/Grade of emulsified asphalt 2.2. Type of modifier polymer for polymer modified emulsified asphalt 2.3. Copy of the specified test results for emulsified asphalt, polymer modified emulsified asphalt 3. 50 lb of aggregate 4. Aggregate test results for the followings: 4.1. Gradation 4.2. Los Angeles Rattler 4.3. Percent of crushed particles 4.4 Sand equivalent 4.5 Durability At least 10 days before starting placement of a slurry seal, a laboratory report of test results and the proposed mix design shall be submitted to the Engineer from an authorized laboratory. The authorized laboratory must sign the laboratory report and mix design. The report must include: 1. Test results used in the mix design compared with specification requirements 2. Proportions based on the dry weight of aggregate, including ranges, for: 2.1. Aggregate 2.2. Water 2.3. Additives 2.4. Mineral filler 2.5. Slurry seal emulsion residual asphalt content 3. Quantitative moisture effects on the aggregate's unit weight determined under ASTM C29M If any of the materials in the mix design is changed, a new mix design and laboratory report shall be submitted to the Engineer at least 10 days before starting slurry seal work. 0 Revised 6/15/2017 Contract No. 6001-22E Page 129 of 148 A certificate of compliance as specified for emulsified asphalt in section 203-3.1with each shipment of emulsified asphalt or polymer modified emulsified asphalt shall be submitted to the Engineer. Add the following section: 302-4.3.5 Quality Control. Add the following: An effective quality control system shall be established, maintained and followed in accordance with 2022 Caltrans Standard Specification procedures. The quality control system must detail plans, procedures, and organization necessary to furnish and apply a slurry seal that complies with the contract. The quality control system shall be followed until work is accepted. A Contractor Quality Control (CQC) plan shall be established, maintained and followed sufficient to ensure that the warranty related treatment complies with the contract. The CQC plan must cover all slurry seal operations. A copy of the plan shall be submitted to the Engineer, at the preconstruction meeting, for approval. The approved plan shall be followed throughout the project. An authorized laboratory must perform sampling and testing. The following information, at a minimum, shall be included in the CQC plan: 1. Materials to be used on the project 2. Sampling and testing methods used to determine compliance with material specifications 3. Equipment to be used on the project 4. Calibration method used to determine compliance with the application rates 5. Procedures for pavement preparation 6. Controls implemented by the Contractor to ensure that the slurry seal materials are cured or set up satisfactorily before opening to traffic 7. Procedures implemented by the Contractor for monitoring initial acceptance requirements The Engineer shall be allowed to have access to all work in progress for the purpose of quality assurance review and testing. Immediately after sampling, two 1-quart wide mouth plastic containers of emulsified asphalt or polymer modified emulsified asphalt taken in the presence of the Engineer shall be submitted to the Engineer. Samples must be submitted in insulated shipping containers Add the following section: 302-4.3.6 Documentation. The Engineer shall be provided with a daily report including the following information: 1. Project number, route/road, Engineer 2. Date, air temperature, pavement temperature, humidity 3. Asphalt emulsion temperature 4. Beginning and ending stations 5. Job Mix Formula (JMF): application and dilution rates (emulsified asphalt) 6. Length, width, total square yards 7. Contractor's signature The contractor shall provide proof of calibration of the slurry seal distributor. Calibration shall be conducted no earlier than five days prior to operations. The contractor shall submit the results of the calibration procedure to the Engineer. 0 Revised 6/15/2017 Contract No. 6001-22E Page 130 of 148 302-4.7 Scheduling, Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Republic Services at (760) 332-6464. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor’s responsibility. A sample letter shall be provided by the city and the Contractor shall use the city’s sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor’s schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 feet distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24 hours number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3 ½ inches by 8 ½ inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65lb card stock. The printing on the notice shall be no smaller than 12 points. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for “Public Notification of Work” and the Contractor will not be entitled to any additional compensation for work outlined in this section. 0 Revised 6/15/2017 Contract No. 6001-22E Page 131 of 148 (Name of Contractor) (Address of Contractor) (Contractor’s License Number) (Date) As part of the City of Carlsbad’s ongoing program to maintain our roadways, streets in your neighborhood are scheduled for resurfacing in the coming weeks. The resurfacing work will require traffic control to be put in place in those areas. The work will take place between the hours of 8:30 a.m. and approximately 3:30 p.m., or until the traffic control devices are removed. Residents located on the streets scheduled for resurfacing will be notified 72 hours in advance of the work. Look for a brightly colored 3 ½” x 8 ½” card attached to your doorknob. You will also notice temporary “no parking” signs on your street with a specific “no parking” date written on it. PLEASE NOTE: weather conditions and other factors outside our control can sometimes cause work to be rescheduled at the last minute. If this happens, we will notify you as soon as possible of the new date. To prepare for this road work, we are asking neighbors to help. Here’s how: • Park your car outside the area of work unless you plan to leave before 8 a.m. the morning the work starts. Watch for “no parking” signs. • Park your car in your driveway or garage (off the street) if you aren’t going to need it between 8:30 a.m. and 3:30 p.m. • Avoid walking, biking and skate boarding on new roads until construction signs are removed. • Please keep kids and pets off the new roadway on the day of the resurfacing. • Do not walk on the newly resurfaced street or you may get black residue on the bottom of your shoes. The residue may damage or mark surfaces and be very difficult to remove. • Please try to keep the work area and new road dry until construction signs are removed. Monitor sprinklers, hoses and other water sources around your home. • Please note that mail could be delayed on the day of the resurfacing if your postal carrier cannot reach your mailbox. • Work will be coordinated with trash pick-up. • If you have a special concern or need reasonable accommodations, please call the City of Carlsbad at 760-602-2780. (Contractor Name) will be performing the resurfacing work for the city. You may call a contractor representative at (XXX) XXX-XXXX for more information about the project and to answer questions. For a map of all streets scheduled for resurfacing throughout the city, please visit the city website at www.carlsbadca.gov, click on City Services> Streets and Traffic> Maintenance> Street Resurfacing. The City of Carlsbad has some of the most well-maintained streets in the region thanks to the cooperation of community members like you. We appreciate your patience and understanding, and we will do everything we can to get this work done quickly and efficiently. 0 Revised 6/15/2017 Contract No. 6001-22E Page 132 of 148 302-4.8.2 Emulsion-Aggregate Slurry (EAS) 302-4.8.2.1 Application Temperature. Add the following: Seal coat, tack coat, or slurry seal activities shall not be started when precipitation is forecasted during the application and curing period. Slurry seal shall not be placed if rain is imminent or the air temperature is expected to be below 36°F within 24 hours after placement. Before applying and during the application of slurry seals, drainage inlets, manholes, valve and monument covers, grates, and other exposed facilities located within the area of application shall be covered using plastic or oil resistant construction paper secured by tape or adhesive to the facility being covered. The covered facilities shall be referenced with enough control points to relocate the facilities after application of the slurry seals. Immediately before applying slurry seal, the surface to receive slurry seal shall be cleaned by removing any extraneous material affecting adhesion of the slurry seal with the existing surface. Self-propelled power brooms shall be used to clean the existing pavement. Add the following section: 302-4.8.2.3 Maintenance. The slurry sealed streets shall be swept 24 hours after placement without damaging the slurry seal. For 3 consecutive days afterwards, the streets received slurry seal shall be swept daily using a self-loading motor sweeper with spray nozzles unless determined otherwise by the Engineer. One week later, the Contractor shall sweep the slurry sealed streets once per week for two weeks. The Engineer has the authority to require more sweeping than specified herein. All sweeping costs shall be included in the Contractor’s bid. The slurry seal must not show bleeding, raveling, separation, or other distresses for 15 days after placing. If bleeding, raveling, delaminating, rutting, or wash-boarding occurs after placing the slurry seal, make repairs using an authorized method. Slurry sealed streets shall be protected from damage until it has set and will not adhere or be picked up by vehicle tires. Slurry seal must not exhibit distress from traffic such as bleeding, raveling, separation or other distresses. Add the following section: 302-4.8.2.4 Construction Method. Construction of Type I & II slurry seal shall comply with the requirements set forth in 302-4 of the Standard Specifications, except as modified herein. The slurry seal mixture (PMCQS-1h w/ 2.5% polymer by weight of residual asphalt) shall be of proper consistency at all times so as to provide the application rate required by the surface condition. The average application rate shall be in accordance with the following Slurry Seal Application Rates: Type I to be used in the bike lanes and buffered areas as illustrated in the project Plans and described in Table 302-4.8.2.4: 1,750 SF/ELT (square feet/extra-long ton). 0 Revised 6/15/2017 Contract No. 6001-22E Page 133 of 148 Type 2 to be used in the vehicular lanes as illustrated in the project Plans and the areas beyond what is described in Table 302-4.8.2.4: 1,250 SF/ELT (square feet/extra-long ton). Payment reduction for noncompliance shall conform to 302 – 4.11.1 TABLE 302-4.8.2.4 – TYPE 1 AVERAGE WIDTH (EASTBOUND AND WESTBOUND DIRECTIONS) Street Name From Street To Street Wi d t h o f T y p e I (F T ) - EB Wi d t h o f T y p e I (F T ) - WB CARLSBAD VILLAGE DR I-5 CVD SB OFF RAMP RA I-5 8 8 CARLSBAD VILLAGE DR I-5 I-5 8 8 CARLSBAD VILLAGE DR I-5 I-5 CVD NB ON RAMP RA 8 8 CARLSBAD VILLAGE DR I-5 CVD NB ON RAMP RA PIO PICO DR 6 6 CARLSBAD VILLAGE DR PIO PICO DR HIGHLAND DR 8 8 CARLSBAD VILLAGE DR HIGHLAND DR VALLEY ST 8 8 CARLSBAD VILLAGE DR VALLEY ST MONROE ST 8 8 CARLSBAD VILLAGE DR MONROE ST DONNA DR 8 8 CARLSBAD VILLAGE DR DONNA DR CELINDA DR 8 8 CARLSBAD VILLAGE DR CELINDA DR EL CAMINO REAL 8 8 CARLSBAD VILLAGE DR EL CAMINO REAL AVENIDA DE ANITA 6 6 CARLSBAD VILLAGE DR AVENIDA DE ANITA APPIAN RD 8 8 CARLSBAD VILLAGE DR APPIAN RD SANTA CLARA WY 13 13 CARLSBAD VILLAGE DR SANTA CLARA WY CONCORD ST 13 13 CARLSBAD VILLAGE DR CONCORD ST PONTIAC DR 13 13 CARLSBAD VILLAGE DR PONTIAC DR VICTORIA AV 6 6 CARLSBAD VILLAGE DR VICTORIA AV CHATHAM RD 13 13 CARLSBAD VILLAGE DR CHATHAM RD TAMARACK AV 8 8 CARLSBAD VILLAGE DR TAMARACK AV GLASGOW DR 10 10 CARLSBAD VILLAGE DR GLASGOW DR COLLEGE BL 10 10 TAMARACK AV CARLSBAD BL GARFIELD ST 6 6 TAMARACK AV GARFIELD ST AT & SF RR 8 8 TAMARACK AV AT & SF RR HIBISCUS CR 8 8 TAMARACK AV HIBISCUS CR SHERIDAN PL 8 8 TAMARACK AV SHERIDAN PL LINMAR LN 8 8 TAMARACK AV LINMAR LN JEFFERSON ST 6 8 TAMARACK AV JEFFERSON ST I-5 TAMARACK SB ON R RA 6 10 0 Revised 6/15/2017 Contract No. 6001-22E Page 134 of 148 Street Name From Street To Street Wi d t h o f T y p e I (F T ) - EB Wi d t h o f T y p e I (F T ) - WB TAMARACK AV I-5 TAMARACK SB ON R RA I-5 6 6 TAMARACK AV I-5 I-5 TAMARACK NB ON RA 6 6 TAMARACK AV I-5 TAMARACK NB ON RA PIO PICO DR 6 6 TAMARACK AV PIO PICO DR ADAMS ST 8 8 TAMARACK AV ADAMS ST ADAIR WY 13 13 TAMARACK AV ADAIR WY MARGARET WY 13 13 TAMARACK AV MARGARET WY POLLY LN 13 13 TAMARACK AV POLLY LN HIGHLAND DR 13 13 TAMARACK AV HIGHLAND DR JAMES DR 13 13 TAMARACK AV JAMES DR VALLEY ST 13 13 TAMARACK AV VALLEY ST PARK DR 13 13 TAMARACK AV PARK DR SCOTT DR 13 13 TAMARACK AV SCOTT DR ALDER AV 13 13 TAMARACK AV ALDER AV CRESCENT POINT RD 13 13 TAMARACK AV CRESCENT POINT RD SUNNYHILL DR 13 13 TAMARACK AV SUNNYHILL DR SKYLINE RD 13 13 TAMARACK AV SKYLINE RD HIGH RIDGE AV 13 13 TAMARACK AV HIGH RIDGE AV EAST POINTE AV 13 13 TAMARACK AV EAST POINTE AV PALISADES DR 13 13 TAMARACK AV PALISADES DR AMBERWOOD CT 13 13 TAMARACK AV AMBERWOOD CT EL CAMINO REAL 13 13 TAMARACK AV EL CAMINO REAL LA PORTALADA DR 13 13 TAMARACK AV LA PORTALADA DR PONTIAC DR 13 13 TAMARACK AV PONTIAC DR PRIVATE ST 13 13 TAMARACK AV PRIVATE ST KIRKWALL AV 13 13 TAMARACK AV KIRKWALL AV EDINBURGH DR 13 13 TAMARACK AV EDINBURGH DR CARLSBAD VILLAGE DR 13 13 CANNON RD (EB) CARLSBAD BL LOS ROBLES DR 13 CANNON RD (WB) LOS ROBLES DR CARLSBAD BL 13 CANNON RD (EB) LOS ROBLES DR EL ARBOL DR 13 CANNON RD (WB) EL ARBOL DR LOS ROBLES DR 13 CANNON RD (EB) EL ARBOL DR AT & SF RR 13 CANNON RD (WB) AT & SF RR EL ARBOL DR 13 0 Revised 6/15/2017 Contract No. 6001-22E Page 135 of 148 Street Name From Street To Street Wi d t h o f T y p e I (F T ) - EB Wi d t h o f T y p e I (F T ) - WB CANNON RD (EB) AT & SF RR AVENIDA ENCINAS 13 CANNON RD (WB) AVENIDA ENCINAS AT & SF RR 13 CANNON RD (EB) PASEO DEL NORTE CAR COUNTRY DR 10 CANNON RD (WB) CAR COUNTRY DR PASEO DEL NORTE 10 CANNON RD (EB) CAR COUNTRY DR LEGOLAND DR 10 CANNON RD (WB) LEGOLAND DR CAR COUNTRY DR 10 CANNON RD (EB) LEGOLAND DR GRAND PACIFIC DR 10 CANNON RD (WB) GRAND PACIFIC DR LEGOLAND DR 10 CANNON RD (EB) GRAND PACIFIC DR FARADAY AV 10 CANNON RD (WB) FARADAY AV GRAND PACIFIC DR 10 POINSETTIA (EB) CARLSBAD BL ISTHMUS DR 13 POINSETTIA (WB) ISTHMUS DR CARLSBAD BL 13 POINSETTIA (EB) ISTHMUS DR AT & SF RR 13 POINSETTIA (WB) AT & SF RR ISTHMUS DR 13 POINSETTIA (EB) AT & SF RR AVENIDA ENCINAS 13 POINSETTIA (WB) AVENIDA ENCINAS AT & SF RR 13 POINSETTIA (EB) AVENIDA ENCINAS I-5 POINSETTIA SB OF RA 10 POINSETTIA (WB) I-5 POINSETTIA SB OF RA AVENIDA ENCINAS 8 POINSETTIA (EB) I-5 POINSETTIA SB OF RA I-5 6 POINSETTIA (WB) I-5 I-5 POINSETTIA SB OF RA 6 POINSETTIA (EB) I-5 I-5 POINSETTIA NB ON RA 8 POINSETTIA (WB) I-5 POINSETTIA NB ON RA I-5 6 POINSETTIA (EB) I-5 POINSETTIA NB ON RA LOWDER LN 8 POINSETTIA (WB) PASEO DEL NORTE I-5 POINSETTIA NB ON RA 8 POINSETTIA (EB) LOWDER LN BATIQUITOS DR 10 POINSETTIA (WB) BATIQUITOS DR PASEO DEL NORTE 10 POINSETTIA (EB) BATIQUITOS DR SNAPDRAGON DR 10 POINSETTIA (WB) SNAPDRAGON DR BATIQUITOS DR 10 POINSETTIA (EB) SNAPDRAGON DR CRYSTALLINE DR 10 POINSETTIA (WB) CRYSTALLINE DR SNAPDRAGON DR 10 POINSETTIA (EB) CRYSTALLINE DR AVIARA PY 10 POINSETTIA (WB) AVIARA PY CRYSTALLINE DR 10 0 Revised 6/15/2017 Contract No. 6001-22E Page 136 of 148 Street Name From Street To Street Wi d t h o f T y p e I (F T ) - EB Wi d t h o f T y p e I (F T ) - WB POINSETTIA (EB) AVIARA PY PRIVATE DWY 10 POINSETTIA (WB) PRIVATE DWY AVIARA PY 10 POINSETTIA (EB) PRIVATE RD BRIGANTINE DR 10 POINSETTIA (WB) BRIGANTINE DR PRIVATE RD 10 POINSETTIA (EB) BRIGANTINE DR BLACK RAIL RD 10 POINSETTIA (WB) BLACK RAIL RD BRIGANTINE DR 10 POINSETTIA (EB) BLACK RAIL RD FISHERMAN DR 10 POINSETTIA (WB) FISHERMAN DR BLACK RAIL RD 10 POINSETTIA (EB) FISHERMAN DR AMBROSIA LN 10 POINSETTIA (WB) AMBROSIA LN FISHERMAN DR 10 POINSETTIA (EB) AMBROSIA LN CASSIA RD 10 POINSETTIA (WB) CASSIA RD AMBROSIA LN 10 POINSETTIA (EB) CASSIA RD ENCELIA 10 POINSETTIA (WB) ENCELIA PL CASSIA RD 10 POINSETTIA (EB) ENCELIA PL SPARTINA CT 10 POINSETTIA (WB) SPARTINA CT ENCELIA PL 10 POINSETTIA (EB) SPARTINA CT ARTEMISIA 10 POINSETTIA (WB) ARTEMISIA CT SPARTINA CT 10 POINSETTIA (EB) ARTEMISIA CT BRIDGE 10 POINSETTIA (WB) BRIDGE ARTEMISIA CT 10 POINSETTIA (EB) BRIDGE SKIMMER CT 10 POINSETTIA (WB) SKIMMER CT BRIDGE 10 POINSETTIA (EB) EL CAMINO REAL ESTRELLA DE MAR RD 8 POINSETTIA (WB) ESTRELLA DE MAR RD EL CAMINO REAL 8 POINSETTIA (EB) ESTRELLA DE MAR RD ALICANTE RD 10 POINSETTIA (WB) ALICANTE RD ESTRELLA DE MAR RD 10 POINSETTIA (EB) ALICANTE RD QUARTZ WY 10 POINSETTIA (WB) QUARTZ WY ALICANTE RD 10 POINSETTIA (EB) QUARTZ WY MICA RD 10 POINSETTIA (WB) MICA RD QUARTZ WY 10 POINSETTIA (EB) MICA RD EL FUERTE ST 10 POINSETTIA (WB) EL FUERTE ST MICA RD 10 POINSETTIA (EB) EL FUERTE ST PASEO ESCUELA 10 0 Revised 6/15/2017 Contract No. 6001-22E Page 137 of 148 Street Name From Street To Street Wi d t h o f T y p e I (F T ) - EB Wi d t h o f T y p e I (F T ) - WB POINSETTIA (WB) PASEO ESCUELA EL FUERTE ST 10 POINSETTIA (EB) PASEO ESCUELA MELROSE DR 10 POINSETTIA (WB) MELROSE DR PASEO ESCUELA 10 LA COSTA AV EL CAMINO REAL PRIVATE DWY 8 8 LA COSTA AV PRIVATE DWY FAIRWAY LN 10 10 All remaining widths of slurry seal not addressed in Table 302.4.8.2.4 shall be Type 2 and any changes will need to be authorized by the City Inspector and Engineer. 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving in accordance with the City’s Integrated Pest Management (IPM) plan. The document can be found on the City’s website. Allowance for the vegetation treatment period shall be shown in the schedule required per section 6-1. 302-5.2 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-13.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving machine during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self-propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 0 Revised 6/15/2017 Contract No. 6001-22E Page 138 of 148 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. 302-5.8 NOT USED Add the following section: 302-5.8 Manholes and Valve Boxes (and other structures). The Contractor must locate, survey, and record locations of all appurtenances in the roadway including, but not limited to, manholes, access holes, valve boxes, blow-offs, air releases, sewer cleanouts, and survey monument boxes (please refer to Section 2-9 for specific requirements to survey monuments). GIS based maps/ exhibits of water, sewer, and storm water manholes and covers can be seen in Appendix B-1 to B-3, Contractor to verify. Prior to grinding or paving adjacent to any structure, Contractor shall install plywood shelves or umbrella devices in order to prevent debris from falling into structures. Prior to placing the overlay, the Contractor shall install rubber nipples/risers on top of all appurtenances in the roadway and pave over the rubber nipples/risers. Each manhole cover shall be treated or covered to prevent adhesion of the overlay. Each City-owned manhole and cleanout shall be located and raised to grade within 72 hours after the overlay is placed and shall be thoroughly cleaned of any construction debris which may have entered due to the Contractor’s operation. Each valve box shall be replaced per City Standard Drawings, Volume 3, Chapter 4 (refer to Current City Standards Plans https://www.carlsbadca.gov/home/showpublisheddocument/334/637980518271200000). The contractor shall be responsible for matching the finish grades of the new pavement to match the existing manholes, as to create a smooth finish surface, and not have any abrupt changes in or around the manholes. In the event of any damage to existing manholes during construction activities, the contractor shall replace them at the contractor’s expense, and no extra payment shall be made to the contractor. All City of Carlsbad sanitary sewer access covers shall be adjusted per City Standard Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. For all non-City owned appurtenances, manholes, valve boxes, or other structures in the roadway or in conflict with the proposed improvements, the contractor shall coordinate with the proper agency contact. For Leucadia Wastewater District, contact Ian Riffel at (760) 753-0155 ext.3002. For Olivenhain Municipal Water District, contact Dan Bean at (760) 415-8548. For all non-City owned appurtenances, manholes, valve boxes, or other structures in the roadway or within the project limits, if the contractor and the owner of the non-City owned utilities mutually agree to contract with one another to adjust or replace the appurtenances, the contractor shall extend them the same bid prices as offered in this contract, with up to 10% markup only. Survey monument boxes shall be replaced and adjusted to grade per SDRSD M-10. Riser rings or extensions shall not be used for the adjustment of City-owned appurtenances. Replacing and adjusting to grade all City-owned appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications, including traffic control and prevention from debris falling into structures. Other Agencies may adjust their own appurtenances or other Agencies may contract with a third party to raise their appurtenances. 0 Revised 6/15/2017 Contract No. 6001-22E Page 139 of 148 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete placed and compacted shall be at the unit price bid per ton. No additional payment shall be made for any tack coat, material transfer vehicle, compaction, traffic control, or other incidentals. 302-14 POLYMER MODIFIED ASPHALT CONCRETE (PMAC). Add the following section: 302-14.1 General. Add the following section: Quality Control Program. The Contractor shall implement a Quality Control Program throughout the production and placement of PMAC. The Quality Control Program shall consist of the preparation and implementation of a Quality Control Plan (QCP). At least 5 business days prior to the Preconstruction Meeting, the Contractor shall submit to the Engineer a QCP for PMAC production and placement for review and approval. The QCP shall include the name(s) of personnel responsible for quality control, their qualifications, and specific procedures to be followed during PMAC placement operations. The Contractor shall maintain accurate records of all tests it performs as part of its Quality Control Program and shall make these records available to the Engineer upon request. The Contractor can also be required to submit its QC test results at the end of each day. The Contractor shall satisfy itself that its materials and workmanship, including those of its subcontractors and suppliers, are in conformance with the Contract Documents. The Contractor shall submit to the Engineer for review copies of the results of all Quality Control tests it has performed prior to requesting the Agency to perform Quality Assurance testing. The QCP must describe the organization and procedures for: 1. Controlling PMAC quality characteristics 2. Taking samples, including sampling locations 3. Establishing, implementing, and maintaining QC 4. Determining when corrective actions are needed 5. Implementing corrective actions 6. Using methods and materials for backfilling core locations, if applicable The QCP must address the elements affecting PMAC quality, including: 1. Aggregates 2. Asphalt binder 3. Additives (i.e. WMA additive) 4. Production 5. Paving The Contractor shall allow 5 business days for review of the QCP by the Agency. If the Contractor changes QC procedures, personnel, or sample testing locations, the Contractor shall submit a QCP supplement before implementing the proposed change. The Contractor shall allow 3 business days for review of the QCP supplement. 0 Revised 6/15/2017 Contract No. 6001-22E Page 140 of 148 The Contractor shall collect and hold data for the duration of the contract and shall make these records available to the Engineer upon request. The snapshot of production data must include the following: 1. Production date 2. Production location 3. Time of day the data is captured 4. AC mix type being produced and target binder content 5. AC additive type, brand, and target rate 6. Temperature of the binder and AC mixture 7. For a continuous mixing plant, the rate of flow of the dry aggregate 8. For a continuous mixing plant, the rate of flow of the asphalt meter 9. For a continuous mixing plant, the rate of flow of AC additive meter 10. For batch plant mixing, actual batch weights of all ingredients 11. Dry aggregate to binder ratio calculated from metered ingredient output 12. Dry aggregate to AC additive ratio calculated from metered output AC with WMA additive technology must be produced between 260°F and 325°F. Using WMA additive is optional for this project. If the Contractor desires to use WMA additive, then a technical representative for the WMA additive technology must attend the Preconstruction Meeting should WMA be used by the Contractor. 302-14.3 Distribution and Spreading. Replace with the following: Distribution and spreading shall conform to 302-5.5 of the SSPWC except as follows: Replace the fourth paragraph with the following: Polymer modified asphalt concrete with WMA additive technology shall not be placed until the atmospheric temperature is a minimum of 45oF and rising, and the surface temperature of the underlying material is a minimum of 45ºF. Polymer modified asphalt concrete shall also not be placed during unsuitable weather. For PMAC produced with WMA additive technology: 1. 1st coverage of breakdown compaction before the surface temperature drops below 230°F 2. Breakdown and intermediate compaction before the surface temperature drops below 170°F 3. Finish compaction before the surface temperature drops below 130°F The Contractor may continue static rolling below 130°F to remove roller marks. 302-14.4 Rolling. Replace the third paragraph of 302-5.6.2 with the following: The Contractor shall determine the in-place density and relative compaction of polymer modified asphalt concrete placed on this Project as part of its Quality Control Program. The Contractor shall follow the procedures and methods specified in California Test 375, February 2012 modified as follows: PART 4. DETERMINATION OF IN-PLACE DENSITY WITH THE NUCLEAR DENSITY GAGE 0 Revised 6/15/2017 Contract No. 6001-22E Page 141 of 148 4A. APPARATUS/MATERIAL 1. Add the following: The nuclear device shall be specifically designed for testing the density of asphalt concrete. 4B. DETERMINING IN-PLACE DENSITY Add the following: 13. The Contractor shall furnish the Engineer with a copy of the test results for each Sub- Lot at the end of each Working Day. The test results shall identify the Lot and Sub- Lot in the following manner: a. Each Lot shall be consecutively numbered (i.e., first day of paving, Lot “1"; second day of paving, Lot “2"; ...) b. Each Lot shall be divided into Sub-Lots of 500 tons each and shall be consecutively lettered starting with Sub-Lot “A” (i.e., the first Sub-Lot of the first day of paving will be Lot “1-A”, the second Sub-Lot of the first day of paving will be Lot “1-B” …the first Sub-Lot of the second day of paving will be Lot “2-A”, …). A Sub-Lot may, when approved by the Engineer, be placed at 2 separate locations as long as placement is in conformance with the Specifications and the Contractor clearly identifies the location and limits of the placement. c. The Contractor shall test a minimum of 10 sites for each 500 tons of polymer modified asphalt concrete placed. For areas containing less than 500 tons, the Contractor shall test at the rate of 1 test site for each 50 tons or portion thereof of polymer modified asphalt concrete placed. PART 6. CALCULATION OF RELATIVE COMPACTION 3. Add the following: The Agency will take a set of 3 cores per Sub-Lot for the purposes of determining in- place density. In-place density will be determined by the Agency in accordance with California Test 308, Method “A”, with the exception that the Agency will use zinc stearate. The average in-place density of the 3 cores will be used for the purpose of calculating relative compaction per Part 6. The Agency, at its option, may determine the average in-place density using a nuclear device in accordance with California Test 375. In the event of a dispute between the results obtained by the Contractor using the nuclear device, and the results obtained by the Agency using California Test 308, the latter results shall prevail. 302-14.4 Payment. Payment for PMAC pavement in which the relative compaction, by lot, is less than 95 percent, but greater than 91.9 percent, will be made at the Contract Unit Price minus (the Reduced Compensation Factor multiplied by the Contract Unit Price) as shown in Table 302-14.8. 0 Revised 6/15/2017 Contract No. 6001-22E Page 142 of 148 TABLE 302-14.8 Relative Compaction (Percent) Reduced Compensation Factor Relative Compaction (Percent) Reduced Compensation Factor 95.0 0.000 93.4 0.062 94.9 0.002 93.3 0.068 94.8 0.004 93.2 0.075 94.7 0.006 93.1 0.082 94.6 0.009 93.0 0.090 94.5 0.012 92.9 0.098 94.4 0.015 92.8 0.108 94.3 0.018 92.7 0.118 94.2 0.022 92.6 0.129 94.1 0.026 92.5 0.142 94.0 0.030 92.4 0.157 93.9 0.034 92.3 0.175 93.8 0.039 92.2 0.196 93.7 0.044 92.1 0.225 93.6 0.050 92.0 0.300 93.5 0.056 Should the compaction of any lot be less than 91.9 percent, the lot shall be removed and replaced at the Contractor's expense. Add the following section: 302-15 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section: 302-15.1 General. Damage to existing traffic loops caused by pavement repairs or cold milling will require immediate replacement of the traffic loops unless video detection has been set up and the loops are unnecessary. If pavement fabric or geo-textile is encountered during any pavement repairs or cold milling, the Contractor shall remove and dispose of it at the Contractor’s expense. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grinding). 302-15.2 AC Cold Milling and Disposal of Grindings. Cold Milling or grinding shall be in accordance with the provisions of Section 404 of the Greenbook, latest edition. The Contractor shall cold mill or diamond grind the existing AC to the width and depth as shown on the plans and described in the Standard Specifications and these Special Provisions. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor’s cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor’s expense. Existing advance traffic signal loop detectors shall be replaced by the Contractor and paid for per the bid item Replace Traffic Signal Detector Loop, Type E, even when video detection has been installed at the intersection. Contractor shall install Type E Loop Detector per Caltrans Revised Standard Plan RSP ES-5B. For all traffic signal loops that are to be replaced, a new, dedicated DLC with home run back to the cabinet is required for every existing loop that is currently sliced with other loops connecting to one DLC back to a cabinet. Each advance loop should have its own homerun back to the signal cabinet as well. Contractor shall construct temporary AC ramps at the cold-milled edges parallel and perpendicular to the direction of travel. Payment for construction, removal, and disposal of temporary asphalt concrete ramps 0 Revised 6/15/2017 Contract No. 6001-22E Page 143 of 148 shall be included in the bid item for cold milling. As shown on the plans, some cold milling may require tapering of milled thickness. If and when the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor’s bid price for cold milling and no additional payment will be made therefor. 302-15.3 Two (2) Inch Depth AC Cold Mill and Replace. The area set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the City Inspector. The Inspector will designate and mark the final limits of the remove and replace areas in the field by outlining the area to be patched with paint. The Contractor shall remove the asphalt concrete in the designated area to the depth required per the requirements of Section 404 of the SSPWC. The Contractor shall sweep the street, keep dust to a minimum, and remove and dispose of the AC at the Contractor’s expense. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt-to-asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the area with asphalt concrete and compact so that the finished surface of the new AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 6 feet wide and wider. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. 302-15.4 Crack Sealing. All joints and cracks equal or >1/4” wide shall be cleaned to a minimum depth of 1” (25 mm) with high pressure air jet and/or routed as directed by the City inspector as specified in Section 203-10. No sealant material shall be placed until the joints and cracks have been cleaned of all loose dirt, old material, and are sufficiently dry. Both side walls of the cracks and joints must be free of dust and debris to assure optimum sealant adhesion. The joints and cracks shall be inspected and approved by the Inspector prior to placing the crack sealant material. Final joint and crack cleaning will be the same day of the sealing operation except as otherwise approved by the Inspector. The Contractor shall dispose of debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed manufacturer’s recommendations. Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 50°F. Containers of hot-melt rubberized sealant shall be delivered to the jobsite in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Crack sealant shall be allowed to cure for 7 days prior to street resurfacing. 302-15.5 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in the appropriate section, including saw cutting and removing and disposing of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1h asphalt 0 Revised 6/15/2017 Contract No. 6001-22E Page 144 of 148 emulsion and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. The bid price for cold milling shall include removing and disposing of pavement fabric or geo- textile when encountered. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. Add this section: 303-5.10 Curb Ramp Construction. 303-5.10 Installation. The curb ramp work will conform to the requirements of Section 303‐5 of the Standard Specifications as modified herein. The work will consist of the following: a) The Contractor shall be solely responsible for means and methods for laying out and verifying all proposed curb ramps’ and appurtenances’ grades, including all associated sidewalks, curbs, and gutter plates, in accordance with the standard drawings and as indicated in the construction documents. The final grades for all constructed curb ramps and appurtenances shall not exceed maximum grades indicated in the standard drawings and the construction documents. There shall be no construction tolerances allowed. Any curb ramps or appurtenances constructed in excess of maximum grades as indicated in the aforementioned documents shall be removed and replaced at the Contractor’s sole expense. Removal or AC pavement disposal of existing concrete including curb and gutter or portion of spandrel as occurs, and sidewalk necessary to construct the ramp shall be made as straight edges and by the full depth saw cutting only. Removal limits shall be agreed to in writing prior to the saw cutting operation for each ramp location. b) The pedestrian ramps locations and types are shown on the plans. Details for saw cutting existing cross gutter spandrels and replacement of existing AC pavement are shown on the plans. 303-5.10.2 Payment. Payment for construction of curb ramps will be made at the contract unit price per each, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in providing and constructing the curb ramps including removal of and construction of curb, curb and gutter, cross gutter spandrel, alley apron, AC pavement and sidewalk, removal of existing ramps and sidewalk associated with ramp construction, and construction of curb, gutter and sidewalks in place, as necessary to achieve ADA compliant grades (regardless of replacement limits shown on plans), construction staking of curb ramps, removal and reconstruction of adjacent improvements including but not limited to private hardscape improvements and landscaping/irrigation improvements, repainting of new curb to match painting of existing curb, if any, prior to ramp 0 Revised 6/15/2017 Contract No. 6001-22E Page 145 of 148 construction, and joining work to tie proposed ramp into the adjacent existing PCC (doweling, epoxy, etc.) as shown on plans, complete in place as specified in the special provisions and as directed by the Engineer. The payment for curb ramps shall include the detectable warning strip. Payment for construction of curb ramps shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of materials, compaction, adjacent asphalt paving and all related incidentals required to complete the work in place. SECTION 314 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-3 REMOVAL OF PAVEMENT MARKERS. 314-3 General. Add the following: The Contractor shall remove all existing thermoplastic and raised pavement markers. The Contractor shall collect all water and detritus resulting from removal from the pavement immediately 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 shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of thermoplastic 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. The surface produced 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. For the three (3) bridge locations over the Interstate-5 on Tamarack Avenue, Poinsettia Lane, and La Costa Avenue, only water blasting shall be used to remove painted pavement markers on the concrete bridge deck (Refer to Schedule B of these Provisions). Equipment for water blasting within CALTRANS Right-of-Way shall be a Stripe Hog SH8000 or approved equal with a recovery system and capable of a blasting pressure up to 40,000 PSI with control interlocks to prevent high pressure discharge while blasting heads are in operation. Under no circumstances shall damage occur to the concrete pavement surface within CALTRANS Right-of-Way. 314-3.3 Payment. Modify section as follows: Payment for removal of pavement markers other than Thermoplastic shall be paid per lump sum in the bid item Striping, Thermo, and RPMs per Plans and Caltrans Details. Payment for removal of Thermoplastic markers shall be paid per lump sum in the bid item Removing Existing Thermoplastic. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS. 314-4.3.5 Application. Add the following paragraph: The Contractor shall lay out (cat track) immediately after resurfacing and as the work progresses. The contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within 72 hours of pavement resurfacing. After one week, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. 0 Revised 6/15/2017 Contract No. 6001-22E Page 146 of 148 314-4.3.7 Payment. Modify section as follows: Final and temporary traffic striping, curb markings and pavement markings shall be included in the prices bid for striping and markings, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. 314-5 PAVEMENT MARKERS. 314-5.2.2.1 General. Add the following sentence: Epoxy adhesives shall not be installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement. Add the following section: 314-6.1 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 314- 4.3.5. 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 315 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 315-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 315-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, and signing at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way to public traffic. 315-1.2 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. 0 Revised 6/15/2017 Contract No. 6001-22E Page 147 of 148 Add the following section: 315-1.3 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 314. Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 315-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 315-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on approved Traffic Control plans and specified herein. As part of the Contractor’s Traffic Control Plan, at least one Portable Changeable Message Sign (PCMS) is required in each direction of travel impacted by the work on all roadways for the project. The PCMS shall warn motorists of the work 7 days prior to start of the work, and for the entire duration of the work. Add the following section: 315-2.2 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: 315-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers shall be paid for per the lump sum bid item ‘Temporary Pavement Markers.’ However, PCMS’s, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or traffic control plans, or required in the specifications are a part of the lump sum item for Traffic Control Plan Implementation 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 0 Revised 6/15/2017 Contract No. 6001-22E Page 148 of 148 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 shall also be included in the lump-sum price bid for traffic control plan implementation. PART 7 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 - MATERIALS Add the following section: 700-5.10 Video/ Radar Detection System. Video/ Radar detection system shall be an Iteris Vantage Next Vector multi-camera video radar system for the intersection of La Costa Ave. and Saxony Dr. The Iteris detection system shall consist of vantage extension modules and a central control unit housed in a traffic signal cabinet. The Iteris Vantage Next system shall have a 17-inch drop down monitor. SECTION 701 - CONSTRUCTION 701-17.6.4 NOT USED Add the following section: 701-17.6.4 Video/ Radar Detection System. Contractor to furnish and install an Iteris Vantage Next Vector multi-camera video radar system at the intersection of La Costa Ave. and Saxony Dr. Detection units shall be bracket mounted on a signal mast arm. Contractors shall pull a shielded CAT 6 cable per Iteris specifications in a complete home run pull from each detection unit to cabinet with no splices. Contractor to program video camera and radar detection for advanced vehicles. Contractor to contact the City of Carlsbad Traffic Engineer for detection details at least two (2) weeks prior to field installation. 0 APPENDIX “A” Project Limits within City of Encinitas A B C D Copyright nearmap 2015 ¯ Legend Project Limits within City of Encinitas Right of Way Line Location Area SqFtLa Costa A 846La Costa B 16385La Costa C 13086La Costa D 24099 Date: 1/30/2023 Document Path: Z:\Eric_Zielke\Pavement\Overlay\Encinitas_Portion\Encinitas_LaCosta.mxdAndy Chang Appendix A -D APPENDIX “B” City of Carlsbad Water, Sewer, Stormwater Utilities ÐÒ ÐÒ ! !( " " !( " !( !( !( ! " !? !É!É !É!É!? !? !? !? !?!?!? !?!?!? !? !? !?!? !? !?!? !?!?!? !?!( !( !( !( !( !( !( !( !( !( !( $1 $1 $1 $1 $1 $1 $1 $1 $1 $1 $1 $1 !!­!!­!!­!!­ !!­ !!­ !!­ !!­ !!­ 21D3D20 27B1D54 27B1D64 27B1D30 27B1D29 27B1D61 27B1D59 27B1D42 27B1D51 27B1V115 27B1V117 27B1V126 CANNON R D I-5 C A N N O N N B O N R A M P I- 5 C A N N O N S B O N R A M P I- 5 I- 5 C A N N O N S B O F F R A M P I- 5 C A N N O N N B O F F R A M P 27B2V9 27B1V6827B1V69 21D4V1721D4V18 21D3V19 27B1V53 21D3V22 27B1V2627B1V28 27B1V27 27B1V2 27B1V3 27B1V4 27B1V31 27B1V36 27B1V5727B1V56 27B1V12027B1V125 27B1V16627B1V168 27B1V167 27B1V16527B-4 27B-22 21D-22 27B-2 21D-5 27B-54 21D-7 27B-23 27B-63 27B-327B-57 Copyright nearmap 2015 Legend Sewer Access Hole !(StandardStorm Junction !!­Junction Storm Cleanout $1 Cleanout Author: An dy Chang Date: 1/30/2023 Docu ment Path: Z:\Eric_Zielke\Pavement\O verlay\ForCon tractor\ForContractor_Append ix_B-1.mxd Appendix B-1 ¯* Utilities based on assets serviced by City of Carlsbad only. Someareas may be serviced by Leucadia Wastewater District (LWWD) andVallecitos Water District (VWD) and are not shown on this map.Contractor to verify utilities not serviced by City of Carlsbad. $1 $1 $1 $1 $1 $1 $1 $1 $1 $1$1 !!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­ L A N E VASCA LN CORTE CEL E S T E C A M I N O G A T O VIA PEPITA R A N CHO SANTAFERD OLIVENHA I N R D Copyright nearmap 2015 Author: An dy Chang Date: 1/30/2023 Docu ment Path: Z:\Eric_Zielke\Pavement\O verlay\ForCon tractor\ForContractor_Append ix_B-2.mxd Appendix B-2 ¯ Legend City BoundarySewer Access Hole !(StandardStorm Junction !!­Junction Storm Cleanout $1 Cleanout * Utilities based on assets serviced by City of Carlsbad only. Someareas may be serviced by Leucadia Wastewater District (LWWD) andVallecitos Water District (VWD) and are not shown on this map.Contractor to verify utilities not serviced by City of Carlsbad. D ÐÒ ÐÒ ÐÒ ÐÒ ÐÒ ÐÒ !( !("! !("!(" !("!(!( " " !(" ! "!("!!(!("!( ! !(" ""!(" !"" ""!( "!( " " " " !( " ! "" " " " "!("! " " " "!("" !(" ""!( !(!( !("!"!( !("!( "!( !(" ! " " "!(!(! " " !( " " " " " " !(" !( ! !(" !(" !( "!(" !( ÐÒ ÐÒ !?!?!? !?!?!?!? !?!?!?!? !?!?!?!? !?!?!?!?!?!?!?!? !? !?!?!?!? !? !?!?!? !?!?!?!?!? !?!?!?!?!É!É !?!?!?!?!?!?!? !?!?!? !? !?!?!?!? !? !?!? !?!?!?!? !?!?!?!? !?!?!?!? !?!?!? !? !?!É !? !?!É!É !?!? !É!É!? !É!É!?!É !É!É!É!?!? !? !? !É!É !?!?!? !?!?!?!?!? !? !?!? !?!? !?!?!?!?!?!? !? !? !?!? !?!?!? !? !?!?!? !? !?!? !? !?!?!? !?!?!?! !É!É!É !? !?!?!? ! !? !?!?!?!? !? !? !?!?!?!?!? !? !? !? !?!?!É !? !?!? !? ! !? !?!?!? ! !? !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !(!( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( $1 $1$1 $1 $1$1$1$1 $1 $1 $1 $1 $1$1 $1 $1 $1 $1 $1 $1$1 $1 $1 $1$1$1 $1$1 $1$1 $1 $1 $1 $1 $1 $1$1 $1 $1 $1 $1 $1 $1 $1$1 $1$1 $1 $1 $1$1$1$1 $1 $1 $1 $1$1 $1 $1$1 $1 $1 $1$1$1$1$1 $1 $1 $1 $1 $1 $1 $1$1 $1$1 $1 $1 $1 $1 $1$1 $1 $1 $1 $1 $1 $1 $1 $1$1 $1$1 $1 !!­ !!­ !!­ !!­ !!­ !!­!!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­!!­!!­!!­!!­ !!­!!­ !!­ !!­ !!­!!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­ !!­!!­ !!­ !!­ !!­!!­ !!­ !!­ !!­ !!­ !!­!!­ !!­ !!­ !!­!!­!!­ !!­ !!­ !!­ !!­ !!­ !!­ A R Y A N A D R E O L US AV R A V EANCTPLATOPL B U R G U N D Y R D I - 5 N B I - 5 S B I- 5 R A P I R A E U S S T HAWK VIEW D R I- 5 EL C A M I N O R E A L SKY L O F T R D G A S C O N Y R D TRAIL E A S E MENT S A X O N Y R D LACOSTAAV Copyright nearmap 2015 Legend City BoundarySewer Access Hole !(StandardStorm Junction !!­JunctionStorm Cleanout $1 Cleanout Author: An dy Chang Date: 1/30/2023 Docu ment Path: Z:\Eric_Zielke\Pavement\O verlay\ForCon tractor\ForContractor_Append ix_B-3.mxd Appendix B-3 ¯* Utilities based on assets serviced by City of Carlsbad only. Someareas may be serviced by Leucadia Wastewater District (LWWD) andVallecitos Water District (VWD) and are not shown on this map.Contractor to verify utilities not serviced by City of Carlsbad. D APPENDIX "C" DOOR HANGAR APPENDIX “C” 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: / / 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. You may call the Contractor that will be performing the resurfacing work for the city at the above phone number if you have any questions. 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 or other service 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.