HomeMy WebLinkAboutDavies Electric Company Inc; 1977-11-01; 1042CITY OF CARLSBAD
SAN DIEGO COUNTY
California
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
INSTALLATION OF LIGHTING
AT CHASE LITTLE LEAGUE FIELD
BEST
ORIGINAL
Contract No. 1042
August, 1977
TABLE OF .CONTENTS
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 BID BOND
7 ' DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCES
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
V- '
15 SPECIAL PROVISIONS
CITY OF CARLSBAD, CALIFORNIA page |
NOTICE INVITING BIDS , !
SEALED BIDS will be received at'the Office of the City Clerk, City
Hall, 1200 Elm Avenue, Carlsbad, California,"until 3:00 p.m. on
the 18th day of October . , 19JZ' at ^hich time theY will be open-
.ed and read, for performing the work as follows:
\ .
Installation of Lighting at Chase Little League Field
Contract No. 1042 • -
Said work shall be performed-in strict conformity with-the specifi- •
cations therefor as approved by the City Council of the City of
Carlsbad on file in the Engineering -Department. -Reference is -here-
by made to said specifications for full particulars and description
of said work. - ;
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering Department. Each bid must be accompanied
b'y cash, certified check or bidder's bond made payable to-the.City
of Carlsbad for an amount equal to at least ten percent of the amount
•bid. Such guaranty to be forfeited should the bidder to whom the
contract is awarded fail to furnish the required bonds and to enter
into, a contract with . the City within the period of' time provided by
the bid requirements. •*' ' -. '
The documents included within the sealed bids which require comple-
tion and execution are the following:
1. Proposal - Page 3. - . '"
> 2. Designation of Subcontractors - Page 7.
3.' Bidder's"Bond - Page 6.
4.- Contractor's .Financial Status - Page 8.
Said documents shall be affixed with the appropriate notaried signa-
tures and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the President or Vice-President
and Secretary or Assistant Secretary are required and the corporate
seal shall be affixed to all documents requiring signatures. In the
case of a partnership, the signature of at least one general partner
is ..required. " ' ' • -•' .
All bids are to be compared on the basis of the Engineer's estimate. .
The estimated quantities'are approximate only., being given solely as
a basis for the comparison of bids.
•No bid will be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3 of the
Business and Professions Code. The contractor"shall state his license
number and classification in the proposal. • The estimated cost.of- the
work is $ 29,865. ... -w
ORIGINAL
Plans/' Special Provisions iind Contract Documents may De oorainea «c
the Engineering Department, City Hall, Carlsbad, California, at no
cost to licensed contractors. A nonrefundable charge of -0-
will- be required for each set of "plans, special provisions and con-
tract documents for other thcin licensed contractors. It is requested
that the plans and special provisions be returned within tv;o weeks
after the bid opening. . -
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
* • f """""x
A project, tour will be conducted by the City of Carlsbad Engineering
Department at 10:00 a.m. on day requested .
The general prevailing rate of wages for each 'craft or type of work-
man needed to execute the contract shall be those as determined by
the Director of Industrial Relations pursuant to the State of
California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770,
1773 and 1773.1.. " '
Pursuant to Section 1733.2 .of said Labor Code, a current copy of
applicable wage 'rates are"on file in the Office of the City Clerk.of
the City of Carlsbad. ' •
It shall be mandatory upon the Contractor to whom the contract is
awarded to pay not less than the said specified prevailing rates of
wages to all workmen employed by him in the execution of t^he contract.
Also,' the prime contractor shall be responsible .to.insure compliance
with provisions of Section 1777.5 of the Labor Code of the'State of
California for all occupations with apprenticeships as required on
public works projects above thirty thousand dollars ($30,000) or
twenty working days. " . ••
'"• • ' , ." - "" ..-.-
The amount of the bond to b.e given for the faithful performance of
the contract for the said work, shall be one hundred percent'of the
contract price therefor, and an additional bond in the amount equal
to fifty percent of the contract price "for said work, shall be given
to secure the payment of the claims for any material or supplies
furnished for the performance of the work" contracted- to be done by
the contractor for any wo.rk or labor of any kind done thereon.
Approved by the City Council of the City of Carlsbad, California, by
Resolution No. 5207 -adopted on September 20 19 77 .
,E. ADAMS, city clerk
Page 3
CITY OF CARLSBAD
INSTALLATION OF LIGHTING
AT CHASE LITTLE LEAGUE FIELD
CONTRACT NO. 1042
PROPOSAL
To the City Council •% BB^P^HH
City of Carlsbad BEST
1200 Elm Avenue "
Carlsbad, California 92008
Gentlemen:
The undersigned declares .that he has carefully, examined the location
of the work, read the Notice Inviting Bids, examined the plans and
specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation, and services required to- do "all the work
to complete Contract No. 1042 in accordance with the plans, the
specifications of-the City of Carlsbad, and the special provisions,
and that he will take in full payment therefor the following unit
prices for each item complete, to. wit:
Item Approximate Article with Unit Price or Unit
No. Quantity & Unit Lump Sum Written in Words Price TOTAL
1. Lump Sum Install Lighting System at
Chase Little League Field
Carlsbad» Ca,
$25,660. Dollars .
and 00 cents
TOTAL (Figures) $25,660.00
TOTAL (in words) Twenty flue thousand six hundred and sixty dollars
and no cents
. . -Page 4
« " * •
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. . In case of a discrepancy between
words and figures, the words shall .prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids.
The undersigned has checked carefully all' of the above figures and
•understands that the City will not be responsible for any errors or
•omissions on the part of the undersigned in making-up 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 proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes .of the State of California
providing for the registration of contractors, License No, 168677
Identification 95-1942160 '_.
The undersigned bidder hereby represents as follows;- ta) That no
Councilman, 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 induced him 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 (b) 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 Bond
(cash, certified check,cashier's check
.. or bond)
'in an amount not less than 10 per cent of the total bid price.• . * •. i - _ . • ••.-••-.•
The undersigned is-aware of the provisions of Section 3700 of the
Labor Code which require every employer to .be insured against
liability for workmen's 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.
.(714)239-4133
. . Phone Number
October 18, 1977
Date
945 W. Hawthorn St.
San Diego, Ca. 92101
Bidder's Address
t-ctyt: 3
Davies Electric Co., Inc.
Bidder's Name
(SEAL)
^Authorxz-ed Signature- '''//'•RobertrSatires» President ; • ••,,.'•'
Authorized Signature
'
Corporation
Type of Organization '""
(Individual, Corporation, Co-
partnership).
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
. Robert Davles, President &'Manager
JoAnrte Daviest V.P. - Treasurer -
Reid C. Necker, Secretary
'BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS<
DAVIES ELECTRIC CO., INC.That we,as Principal,
andLUMBERMENS MUTUAL CASUALTY COMPANY _, as Surety, are held and firmly
bound unto the City of Carlsbad, California, in the sura of __.
TEN PERCENT OF AMOUNT OF BID Dollars ($ 10% of BID ) v lawful money of
'-'
the United States for the payment of which sum well and truly to be
made, we bind ourselves, jointly and severally, firmly by.these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Installation of Lighting at Chase Little League Field
Contract' Mo. 1042
in the City of Carlsbad, is accepted by the City Council of said City,
and if the above-bounden Principal shall duly enter into and execute
a contract including required bonds and insurance policies within (20)
twenty 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 that any Principal above named executed this bond
as an individual, it is agreed that the death of any such Principal
shall 'not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 18TH
day of OCTOBER f 19 77. -
Corporate Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact)
DAVIES ELECTRIC CO., INC. •
^PrifteijEfal
Robert Davles, President;'',"."',''\'\^^
""-•--•-" --.TT--_. -_ l ~'~~J —!-..<-- /I I ' V
LUMBERMENS^MUTUAL CASUALTY^ COMPANY
';. •>'•'•'' / » • \N' FRANCIS E. SMITH
. 'S<V /';' • - fri,t"le ATTORNEY IN FACT
' V'imi.L'vV ' 2320 FIFTH AYE.,'
. * f < ' • I . •.__ • «•• VIY* 1-^VS"l
S#201, SAN DIEGO, CA 92101
•(Notarial acknowledgement' of execution by all PRINCIPALS and 'SURETY
must be attached.) . ....
CALIFORNIA,
Vss:ORIGINAL
and for the state and county afore-
STATE OF c
COUNTY OF . --n^TT. K, our •I BFY'^r!T'T;r 1 'UMGLE.. - a Notary Public inI, • .• •"""" FRANCIS E. SMITH j5JilQ.i;^..L.-^i..-.]:.lL:i».e
said, do hereby certify that V^MQPpT^'S"T: :T''AL CA?:JALTY._Cp;iPAN.y. ~
who" b'p«s^aUy 'kno^'Vo""ml w^Tbefo^«^^i5^^^ that he signed, sealed
and delivered the foregoing instrument as his free and^voluntary act
.of the.
the UW
/" ^->-• , •'.. •^^,'commission expires
PRINTED IN U.S.A.
LUMBIKMENS MUTUAL CASUALTY COMJ'ANYMown OHVcv long Grove, II 60049
POWER OF ATTORNEY
Know All Men By, These Presents: "
That the Lumbermens Mutual Casualty Company, a corporation organized and existing under the laws of the
pteteof Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint **.***.***.*.*.*.*.*.*.*.*.«.
bseph Gelcher, Francis E. Smith, Zelda B. Melanson and Elden B. Yeck all
of San Diego, California (EACH)*****************************************^**********************^
its true and lawful agent(s) and attorney(s)-in-fact, to make, i execute, seal, and deliver during the period begin-
ning with the date of issuance of this power and ending December 31, 19(78, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings*********
BEST
ORIGINAL
u0
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each
such bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the Lumbermens Mutual Casualty Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Lumbermens Mutual Casualty Company as fully and amply to all intents and purposes, as if the same had been
duly executed and acknowledged by its regularly elected'officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said LutTv-
bermens Mutual Casualty Company on May 18, 1965 at Chicago, Illinois, a true and accurate copy of which
•\s hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being
n full force and effect: ,
"VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority
to appoint agents and attorneys in fact, and to authorize them to execute on behalf of the company, and attach the seal
of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the
nature thereof, and any such officer of the company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re-
solution adopted by the Board of Directors of the company at a meeting duly called and held on the 20th day
of May, 1975:
"VOTED, That the signature of the President, any Vice" President, Secretary or Assistant Secretary, and the Seal of the Com-
pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any powe,r of attorney
executed pursuant to resolution adopted by the Board of Directors on May 18, 1965, and any such power so executed,
sealed and certified with respect to any bond or similar undertaking to which it is attached, shall continue to be valid and
binding upon the Company."
In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument to be signed and
its corporate seal t.abe affixed by its authorized officers, this 31st day of January t IQ 77
Attested and Certified:LUMBERMENS MUTUAL CASUALTY COMPANY
By
C
C. G. Swan, Secretary H. L. Kennicott, Jr., Vice President
STATE OF ILLINOIS \ ssCOUNTY OF COOK I
I, Jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. C. Swan personally known, to
me to be the same persons whose names are respectively as Vice President and Secretary of the Lumbermens Mu-
tual Casualty Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared
before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora-
tion and as their own free and voluntary act for the uses and purposes therein set forth.
Jean Petzold, Noiary PublicMy commission expires: April 29, 1980
CERTIFICATION ,__ .-.;.>-
1, Sven L. jx>hanson, Secretary of the Lumbermens Mutual Casualty Company, do hereby certify that the attachec
Power of Attorney Hat^d January ^1 ^ 1977 on h^harfnf Joseph- Gelcher, Francis
•Ek-Smith, Zelda B. Melanson & Elden B. Yeck********* katmo and correct copy and thai
the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said H. L Kennicott, Jr. and C. G. Swan who executed the
Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the at-
tached Power of Attorney the duly elected Vice President and Secretary of the Lumbermens Mutual Casual^
Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumber
mens Mutual Casualty Company on thk 18TH day nf OCTOBER ( IQ 77
Sven U. lohanson. Secreta
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically name
therein, and they have no authority to bind the Company except in the manner and to the extent herein state<
o 9-7t>" 1M
f of Aftof nev—Term
PRINTED IN US
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used the subbids of the
following listed contractors in making up his bid and that the
subcontractors listed will be used for the work for which they'
bid, subject to the approval of the City Engineer, and in-
accordance with the applicable provisions of the specifications,
No change may be made in these subcontractors except upon the
prior approval of the City Council of the City of Carlsbad.
ITEM OF WORK SUBCONTRACTOR ADDRESS
1. NONE •
2.
3. . ' •' *
Davles Electric Co.. Inc.
Bidder' s^ Name
7
ilimorizeo- Signature
Rbbert/Davies, President
Corporation
Type of Organization
(Individual, Co-Partnership or
Corporation)
945'W. Hawthorn St.
San Pi ego, California. 92101
Address ' ',...' ,,,".
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility. • ' ' ' . .
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
General Services Administration .
U. S. Postal Service, Western Region
P.O. Box 2513, La Mesa, Ca. 92041
Mr* John T. McCrosson, Field Engineer
Total Contracti $28,987.00
Conduit & Lighting - Midway Post Office
. /.
Obert Davies, President""
Page y
CONTRACT
, raade and entered Into this " day of
, 19 , by and between .the City of Carlsbad,
California, hereinafter designated as the City, party of the first
\
part, and DAVIES ELECTRIC CO., INC. ' 'y , hereinafter designated
as the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the City, the Con-
tractor agrees with the City to furnish all materials and labor for:
Installation of Lighting at Chase Little League Field
Contract No. 1042
and to perform and complete in a good and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to furnish at his own proper .cost and expense all tools, equipment,
labor and materials necessary therefor, (except such materials, if any,
as in the said specifications are stipulated to be furnished by the
City), and to do everything required by this agreement and the said
plans and specifications.
2. For furnishing all said materials and labor, tools and equip-
ment, and doing all the work contemplated and embraced in this agreement,.
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unforeseen
difficulties which may arise or be encountered in the prosecution of
the work until its acceptance by the City, and for all risks of
every description connected with the work; also, 'for all expenses
incurred by or in consequence of the suspension or discontinuance of
work, except such as in said specifications are expressly stipulated
to be borne by the City; and for well and faithfully completing the
work and the whole thereof, in the manner shown and described in the
said plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price, or
if the bid is on the unit price basis, the total price for the several
items furnished pursuant to the specifications, named in the bidding
sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the work according to the terms and conditions
herein contained and referred to for the price aforesaid and hereby
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
assigns, do hereby agrae to the full performance of the covenants
herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the plans and specifications, and all amendments thereof
Page 10
when approved by the parties hereto, or when required by the City in
accordance with the provisions -of the plans and specifications, are
hereby incorporated in .and made part of this agreement.
\
5. Pursuant to the Labor Code of the-.State of California, the
City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of workman needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify
and save harmless the City, the City Engineer, and their officers
and employees, from all claims, loss, damage, injury and liability
of every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and year first above written.
DAVIES ELECTRL£_Cfl INC.
Title
by
Title
CITY.OFy^RLSBAD, CALIFORNIA
*y.Mayor
ATTEST:
City Cletfk
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.) •
OFFICIAL SEAL
EUGENE G. GRANT
NOTARY PUBLIC - CALIFORNIA
SAN DIEGO COUNTY
My comm. expires WN 5, 1981
SUBSCRIBED AND S« N BEFORE ME
I40TARY PUBLIC-CALIFORNIA
ORIGINAL
Page 11
LABOR AND MATERIAL BOND #7ST 349 777
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 5241 adopted November I , 1977
has awarded to DAVIES ELECTRIC CO., INC.
hereinafter designated as the "Principal", a contract for:
Installation of Lighting at Chase Little League Field
Contract No. 1042
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond with
said contract, providing that if said Principal or any of his or its
subcontractors shall fail to pay for any materials, provisions, pro-
vender or other supplies or teams used in, upon, for 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 DAVIES ELECTRIC CO., INC.
as Principal, hereinafter designated as
Contractor and LUMBERMENS MUTUAL CASUALTY COMPANY
as Surety, are held firmly bound unto
TWENTY FIVE THOUSAND SIX HUNDRED
the City of Carlsbad, in the sum of SIXTY AND NO /100** Dollars
($ 25,660.00** ) t said sum being 50 per cent of the estimated amount
payable by "the City of Carlsbad under the terms of the contract, 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 person or
his subcontractors fail to pay for any materials, provisions, provender
or other 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, or for amounts due under the Unemployment Insurance Code
with respect to such work or labor, that the Surety or Sureties will
pay for the same, in an amount not exceeding the sum specified in the
bond, and also, in case suit is brought upon the bond, a reasonable
attorney's fee, to be fixed by the court, as.required by the provisions
of Section 4204 of the Government Code of the State of California.
Page 12
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 1192.1 of the
Code of Civil Procedure so as to give a right of action to them or
their assigns in any suit brought upon this bond, as required by the
provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agreer.
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 1ST day of NOVEMBER
, 19 77.
DAYIES
Contractor
LUMBEEMENS MUTUAL CASUALTY COMPANY
GELCHER
ATTORNEY IN FACT
(Seal)
(Seal)
(Seal)
Surety2320 FIFTH AVE., S#201
SAN DIEGO, CA 92101
LUMBERMENS MUTUAL CASUALTY COMPANY
Home Office: Long Grove, IL 60049
r ••
POWER OF ATTORNEY
Know All Men By These Presents:
the Lumbermens Mutual Casualty Company, a corporation organized and existing under the laws of theof Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint *******.**.*.*>*.*.*.*.*.
Joseph Geleher, -Francis E. Smith, Zelda B, Melanson and Elden B. Yeck all
of San Diego, California (EACH)*************************^
*^^
its true and lawful agent(s) and attorney(s)-in-fact, to make, i execute, seal, and deliver during the period begin-
ning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings*********
*Ht**-IH**-JHHHHHfr.lH*****
ORIGINAL
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each
such bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the Lumbermens Mutual Casualty Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Lumbermens Mutual Casualty Company as fully and amply to all intents and purposes, as if the same had been
duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said Lunv
^
6115 Mutual Casualty Company on May 18, 1965 at Chicago, Illinois, a true and accurate copy of which
reinafter set forth ^nd is hereby certified to by the undersigned Secretary or Assistant Secretary as being
in full force and effect:
"VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority
to appoint agents and attorneys in fact, and to authorize them to execute on behalf of the company, and attach the seal
of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the
nature thereof, and any such officer of the company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re-
solution adopted by the Board of Directors of the company at a meeting duly called and held on the 20th day
of May, 1975:
"VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of the Com-
pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney
executed pursuant to resolution adopted by the Board of Directors on May 18, 1965, and any such power so executed,
sealed and certified with respect to any bond or similar undertaking to which it is attached, shall continue to be valid and
binding upon the Company."
In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument to be signed and
its corporate seal to be affixed by its authorized officers, this 31st day of January t 1Q 77
Attested and Certified: LUMBERMENS MUTUAL CASUALTY COMPANY
By Y^
C. C. Swan, Secretary H. L. Kennicott, Jr., Vice President
STATE OF ILLINOIS \ ssCOUNTY OF COOK I
I, Jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known, to
me to be the same persons whose names are respectively as Vice President and Secretary of the Lumbermens Mu-
tual Casualty Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared
l^^re me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sewed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora-
tion and as their own free and voluntary act for the uses and purposes therein set forth.
jJLML
-0 Jean PetJMy commission expires: April 29, 1980 (j -U Jean Petzold, Notary Public
CERTIFICATION
I, Sven L. Johanson, Secretary of the Lumbermens Mutual Casualty Company, do hereby certify that the attached
Power of Attorney HatpH January "31 f 1077 On behalf of Joseph Geleher. Francis
E. Smithf Zelda B. Melanson & Elden B. Yeck********* is a true and correct copy and that
the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said H. L Kennicott, Jr. and C. G. Swan who executed the
Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the at-
tached Power of Attorney the duly elected Vice President and Secretary of the Lumbermens Mutual Casualty
Gpnpany.
inMlSTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumber-
mens Mutual Casualty Company on this____Ji§T__day nf NOVEMBER 19 77
Sven L. Johanson, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specificaljy named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FA 836 9-76 1M PRINTED IN U.S.A.
Power of Attorney Term
BEST
ORIGINAL
PERFORMANCE BOND
#7ST 340 777
* . PREMIUM: $192.00
KNOW ALL MEN BY THESE PRESENTS, that . '
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 5241 adopted 'Mpvember 1,1977 ^
has awarded to DAVIES ELECTRIC CO., INC. •
hereinafter designated as -the "Principal", a contract for:
Installation of Lighting at Chase Little League Field
Contract No. 1042
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents nov; on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute"said
contract and the terms thereof require the furnishing of a bond for
the Faithful Performance of said contract;
NOW, THEREFORE, WE, DAV i ES ELECTRIC CO.,. INC.
as Principal, hereinafter designated as
the "Contractor", and LUMBERMENS MUTUAL CASUALTY COMPANY
as Surety, are held and firmly bound
TWENTY. FIVE THOUSAND SIX HUNDRED
unto the City of Carlsbad, in the sum of SIXTY AND NO/100**
Dollars ($ 25,660.00** ), said sum being equal-to 100 per cent of
the estimated amount of the contract, to be paid to the said City or
itsvcertain attorney, its successors and assigns; for .which payment,
well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors or--assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden .
Principal, his or its 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 said
contract and any alteration thereof made as therein provided on his
or 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 and agents, as therein stipulated,'then this obligation
shall become null and void; otherwise it shall remain in full force
and virtue.
And said Surety, for .value received, hereby 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 thereunder or the specifi~
Page 14
cations accompanying the same shall in any wise 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.
In the event that any Principal above named executed this bond as an
individual, it is agreed that the death of'ajiy such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 1ST day of " ,
NOVEMBER / 19 77 .
/by,
Contractor
LUMBERMENS MUTUAL CASUALTY COMPANY (Seal)
(Seal)
(Seal)
•A
GELCHER
rTORNEY IN PACT
2320
SAN DIEGO, CA 92101
ORIGINAL
STATE OF CALIFORNIA \
COUNTY OF SAN DIEGO}M!
L .MyjJAiLJ..JL.ANGLE... a Notary Public in and for the state and county afore-
said, do hereby certify that JQSEEH..GELCHEJS.
who is personally known to me, appeared before me this day and acknowledged that he signed, sealed
and delivered the foregoing instrument as his free and voluntary act as..iy-.LQJ.llli..".r.i±.'-.I:.l.ikfsiX
t it I ( I !••fl n i~ i - ' ' r •"••'•' : "•' '" • ; i"' '•"'••/ r' n ft A p 'i M Vor the J-yivi^jt-r ,:_,. ^ >'-^ i_^_i_^__^j_-^_^in^j_L _y_u!v|! HINT
a^w"ih71ree^voiun^'a^^Ael..I™li5I!l'^
, for. die uses and purposes therein set forth.
Given under my hand and Notarial Seal this ....L^ day of i?.Y.™S..., A^D. 19. ''
My compulsion expires..
NOTARIAL .
FK 23O -J *^1VI ,-
•'-..._-''' My
i 0' ' • . •.•'••'
p. oa. 23. 1981 ;
Public
PRINTED IN U.S.A.
LUMBERMENS MUTUAL CASUALTY COMPANY
HoVne Office: Long Grove, IL 60049
POWER OF ATTORNEY
Know All Men By These Presents:
p?-»t the Lumbermens Mutual Casualty Company, a corporation organized and existing under the laws of the
Sn^of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint **************.**.*.
Joseph Gelcher, Francis E. Smith, Zelda B. Melanson and Elden B. Yeck all
of San Diego, California
****^******^^its true and lawful agent(s) and aftorney(s)-in-fact, to make, j execute, seal, and deliver during the period begin-
ning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings*********
********************************************^
£•""*. «•,—„,,. tf^.-. ..--T.-.-JJ
BMKL ^poi ^M^ |j|
ORIGINAL
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each
such bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the Lumbermens Mutual Casualty Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Lumbermens Mutual Casualty Company as fully and amply to all intents and purposes, as if the same had been
duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said Lun>
b«*«5iens Mutual Casualty Company on May 18, 1965 at Chicago, Illinois, a true and accurate copy of which
i%,,»»ireinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being
inTull force and effect:
"VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority
to appoint agents and attorneys in fact, and to authorize them to execute on behalf of the company, and attach the seal
of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the
nature thereof, and any such officer of the company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re-
solution adopted by the Board of Directors of the company at a meeting duly called and held on the 20th day
of May, 1975:
"VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of the Com-
pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney
executed pursuant to resolution adopted by the Board of Directors on May 18, 1965, and any such power so executed,
sealed and certified with respect to any bond or similar undertaking to which it is attached, shall continue to be valid and
binding upon the Company."
In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument to be signed and
its corporate seal to be affixed by its authorized officers, this__3illtL_day nf January f 13 77
Attested and Certified: LUMBERMENS MUTUAL CASUALTY COMPANY
By .lh
C. G. Swan, Secretary H. L. Kennicott, Jr., Vice President
STATE OF ILLINOIS \ ssCOUNTY OF COOK J
I, Jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known, to
me to be the same persons whose names are respectively as Vice President and Secretary of the Lumbermens Mu-
tual Casualty Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared
)f**^re me this day in person and severally acknowledged that they being thereunto duly authorized signed,
9*n**ed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora-
tion and as their own free and voluntary act for the uses and purposes therein set forth.
„ V^w (PjJ^UL
My commission expires: April 29, 1980 (J -U Jean Petzold, Notary Public
CERTIFICATION
I, Sven L. johanson, Secretary of the Lumbermens Mutual Casualty Company, do hereby certify that the attached
Power of Attorney Hatpd January ^lf 1Q77 On behalf nf Joseph Gelcher. Francis
E. Smith, Zelda B. Melanson & Elden B. Yeck********* is a true and correct copy and that
the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said H. L Kennicott, Jr. and C. G. Swan who executed the
Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the at-
tached Power of Attorney the duly elected Vice President and Secretary of the Lumbermens Mutual Casualty
lW*TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumber-
mens Mutual Casualty Company on this 1ST Hay nf NOVEMBER 19 Z2
Sven L Johanson, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FA 836 9-76 1M PRINTED IN U.S.A.
Power of Attorney—Term
CITY OF C/iRLSBAD
INSTALLATION OF LIGHTING
AT CHASE LITTLE LEAGUE FIELD
CONTRACT NO. 1042
ADDENDUM NO. 1
Add the following Paragraph J, Page 18:
J. Time of Completion.
The Contractor shall start work within fifteen (15) days
after Notice to Proceed and shall complete the work within
ninety (90) calendar days after the date of commencement.
It is hereby certified that this Addendum was received on
October 3, , 1977.
Sighed Robert Davies, President
Note: This Addendum must be signed and submitted with the
other documents required in the sealed bid.
Page 15
CITY OF CARLSBAD
Engineering Department
CONTRACT NO. 1042 \
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. SCOPE OF WORK
The work under this contract shall, include all material, equip-
ment, fixtures, and labor required for the installation of the
lighting system for this project.
In general, the work includes, but is not limited to, the
following i terns:
Excavation, backfill, grass sod replacement, and concrete
work required to complete items of this division.
Underground electric service including transformer pad,
conduits, feeders, service entrances, metering equipment,
and main disconnecting means.
Complete underground distribution system, including dis- •
tribution panel boards and feeders run to unit panels.
• Floodlighting pole set in place, including all necessary
crossarms, pole hardware, pole grounds, etc.
Floodlighting luminaires including lamps, mounting brackets,
andconnections.
Complete branch circuit pole wiring system contained in
conduit.
Complete and continuous service and equipment grounding
system, including grounding of all pole mounted luminaires.
Any and all required tests, including aiming and setting
floodlighting fixtures during the night hours.
Submission of shop drawings and material lists for approval.
Submission of "As-Built" record drawings.
Page 16
B. PERMITS, CODES AND INSPECTIONS
1. INDUSTRY STANDARDS. --s^
The following is an abbreviation list of organizations and
publications specified herein:
AIEE American Institute of Electrical Engineers
ASA American Standards Association
ASTM American Society for Testing and Materials
CAC California Administrative Code
IEEE Institute of Electrical & Electronic Engineers
IES Illuminating Engineering Society
IPCEA Insulated Power Cable Engineers Association
NEC National Electrical Code
NEMA National Electrical Manufacturers Association
NFPA National Fire Protection Association
PUESR Pacific Utilities Electric Service Requirements
UL Underwriter's Laboratories, Inc.
OSHA Occupational Safety and Health Administration
2. CODES AND REGULATIONS
The installation shall comply with all laws in effect
applying to electrical installations with regulations of
the NEC where such regulations do not conflict with laws
in effect and with the regulations of the public utility
company furnishing the service.
All work and material shall be in full accordance with the
latest standards of the NEC, NFPA, CAC, and all local ordi-
nances, electrical regulations of the State Fire Marshall
and any prevailing rules and regulations of OSHA pertaining
<• to adequate protection and/or guarding of any moving parts
or otherwise hazardous location, and legally constituted
public authorities having jurisdiction.
3. INSPECTIONS
The Contractor shall notify the Building Department from
time to time and have all work inspected and tested as
required by ordinances and shall present to the Public
Works Inspector properly signed Certificates of Inspection.
4. PERMITS
The Contractor shall obtain an electrical permit from the
City Building Department. The normal fee will be waived.
BEST
ORIGINAL
Page 17
PLANS AND SPECIFICATIONS
The plans for the work consist of Sheet 1 of Drawing No.
and specifications consist of these Special
Provisions as well as the codes specified in Section 2.
The Drawings indicate diagrammatically the desired locations
or arrangement of underground runs, equipment, etc., and are
to be followed as closely as possible. Proper judgment shall
be exercised in executing the work to avoid conflict with
existing surface structures, trees, fences, and subsurface
utilities and obstructions to secure the best possible
installation in the available space.
Any changes in location shall be approved by the Public Works
Inspector prior to construction.
D. DELIVERY AND STORAGE
All material shall be delivered to the
of the work as will expedite the work,
stored in original cartons until ready
manner as to permit ready observation.
site at such stages
Materials shall be
for use in such a
The Contractor shall
make his own
materials.
provisions for delivery and safe storage of
AS-BUILT RECORD DRAWINGS
The Contractor shall maintain a set of bluelined prints at'
the job site for as-built record drawings. He shall accu-
rately show dimensions and locations of all underground runs
and any underground utilities or obstructions encountered
during the excavating phase of the installation work. These
as-built record drawings shall be separate and in addition
to the drawings used for actual construction reference prints
Upon completion of the work,
these as-built record prints
GUARANTEE
the Contractor shall deliver
to the City Engineer.
The Contractor shall provide a one
defective material, premature lamp
workmanship.
SUBSTITUTIONS
(1) year guarantee against
burn-outs, and faulty
In these specifications and on the drawings, one or more
makes of materials, lighting fixtures, devices, apparatus,
or appliances have been specified for use in this instal-
lation. The guaranteed performance of any material, lighting
fixtures, devices, apparatus, or appliance which the Con-
tractor desires to substitute for those mentioned herein
shall also conform to these standards, item for item.
Page 18
Where no specific make of material, fixture, device,
apparatus or appliance is mentioned, any first-class
specification grade product made by a reputable manu-
facturer may be used, providing it conforms to the
requirements of the specifications and meets the approval
of the City Engineer.
H. LIST OF MATERIALS AND SHOP DRAWINGS
Within 15 calendar days after the Award of Contract,
the Contractor shall deliver to the City Engineer seven
(7) copies of complete lists of all materials, lighting
fixtures, devices and equipment, and shop drawings of
switchboards, panel boards and cabinets which he proposes
to use an.d install for the electrical work. This list
shall set forth type, size, manufacturer, and such other
confirmation required to identify all items.
Within one week after receipt of approval of material
lists, the Contractor shall arrange for purchase and
delivery of all materials, fixtures, and equipment re-
quired. Substitutions on account of inability to obtain
delivery will not be allowed.
I. TESTING
Upon completion of work and adjustment of all equipment,
test all systems under direction of the City's Inspector
to demonstrate that all equipment furnished and installed
and/or connected under provisions of these specifications
shall function electrically in the manner intended and
requi red. .
Test all systems to be free from short circuits and
'*> grounds, free from mechanical and electrical defects, and
show insulation resistance between phase conductors and
between phase conductors and ground not less than require-
ments of NEC. Test all circuits for proper neutral
connections.
II. UNDERGROUND INSTALLATION
A. REMOVAL AND REPLACEMENT OF GRASS SOD
The Contractor shall take all necessary precautions to
protect the existing outfield grass areas. Trench lines
shall be laid out in straight lines. The existing grass
sod shall be cut and removed in convenient sized rolls and
preserved for replacement after backfilling trench.
B. EXCAVATIONS
The Contractor shall do all excavating necessary for the
proper installation of the work whether or not indicated
on the Drawings or specified.
Page 19
Excavation soil from trench diggings shall be loaded on
a suitable truck, transported and 'stored on a nongrassed
area or location designated by the'City until ready for
backfilling. -Trench soil shall not fre dumped on the out-
field grass unless the grass is suitably and safely
protected.
BACKFILLING
No backfilling shall be placed covering work until same
has been inspected, approved and recorded on as-built
drawings. Build up filled ground with select soil from
excavations or from outside sources. Use earth free from
debris, spongy or perishable material, or rocks or hard
lumps over 6 inches in diameter. Deposit fill in 6-inch
layers thoroughly wet down and tamped. Bring level.up
evenly on both sides of the trench. Top 4 inches shall
be select soil prepared to receive the grass sod which
shall be at the same level as the existing grassed areas.
D. CONCRETE WORK
Concrete work
nonstructural
grade shall be
E. SLEEVES
for concrete envelopes as required shall be
slab type. Concrete for slabs and pads on
of the structural type. ,-
Place conduits which pass through slabs on grade before
concrete is poured. Wherever conduits pass through concrete
walls, furnish and install sleeves of ample size to permit
installation of conduit.
Use steel pipe or galvanized sheet metal sleeves at other
locations with ends flush with floor surfaces.
CUTTING AND REPAIRING
Perform all cutting and patching of construction work and
of existing walks, pavements, and building which may be
required for proper instal 1 ation, of the electrical work.
Patch with same materials, workmanship, and finish as
(and accurately match) surrounding work. Concrete cutting
shall be to straight lines with masonry saw.
Wherever possible, work shall be done in concealed and
neat workmanlike manner, necessitating the least amount
of cutting concrete walks or pavements.
PROTECTION OF WORK
The Contractor shall protect all work, materials, and
equipment from damage from any cause whatever, and shall
Page 20
V
provide adequate and proper storage facilities during the
progress of the work. He shall provide for the safety
and good condition of all work until final acceptance of
the work by the City, and shall replace all damaged or
defective work, materials, and equipment before requesting
final acceptance.
H. GROUNDING
Grounding shall be executed in accordance with the National
Electrical Code, applicable codes and regulations of the
State of California, and local authorities having juris-
diction.
Grounding conductors and conduit shall be terminated on a
copper cold water pipe with approved grounding clamps or
shall be bonded. The conductor shall constitute the neutral
ground, and the conduit shall constitute the equipment
ground. Where suitable copper cold water pipe does not
exist, the neutral and equipment grounds shall be grounded
to separate ground rods (size and length as required by
code).
All metallic conduit risers at either end of nonmetallic
runs of ducts shall be grounded in an approved manner.
All nonmetallic underground runs of ducts shall contain a
code sized insulated copper ground conductor, green in color,
in addition to the current carrying conductors, and shall '
be terminated in an approved manner of grounding type conduit
bushings.
The equipment grounding system shall be continuous from the
main switchboard to distribution and lighting panels and to
all lighting fixtures.
All floodlighting poles shall be provided with a pole base
plate type ground and connected to the grounding system.
I. GROUND RODS
Solid copper ground rods shall be rolled or drawn from
electrolytic copper. They shall have a tensile strength
of 24,000 p.s.i., and a hardness of not less than B-45 as
determined by the Rockwell hardness test with a 100-kilogram
load and a 1/16-inch penetrator.
Page 21
III. EQUIPMENT AND MATERIALS
A. WEATHERPROOF SERVICE SECTION
Service section shall be a free standing, concrete pad
mounted switchboard with weatherproof enclosure, security
type door and padlock hasps, heavy-duty type.
The service section shall be provided with an underground
pull-in section, provisions for metering including a
compartment for power company meter current transformers,
a fusible main switch, and subfusible switches as indicated
on the drawings.
The unit shall be built and manufactured to conform to the
power company's requirements for floor standing service
sections.
No equipment of any kind shall be attached to the front,
sides or back of the service section.
All bussing of -the switchboard shall be with flat busbar
copper.
Paint the cabinet, framework, and all plates inside and
out, including the inner compartment, with one coat of
rust resisting metal primer and a standard factory gray
enamel finish. There shall be no bare, exposed, unpainted.
surface in the finished product.
Provide a nameplate at the top of the service section to
read:
"INCOMING ELECTRIC SERVICEK 120/240 Volts, 10, 3 wire"
Provide nameplates for the main service switch and also
nameplates for the subfeeder switches.
Nameplates shall be white background plastic material with
engraved black characters.
The service shall be as manufactured by Zinsco, General
Electric Co., ITE, or approved equal.
B. LIGHTING CONTROL CENTER
The lighting control center shall be a freestanding,
weatherproof, totally enclosed panel board with main,
circuit breaker and subbreakers as indicated on t.'he
drawings.
ORIGINAL
. —_ m Page 22
ORIGINALThe enclosure shall be provided with a security type door
and heavy-duty handle and hasp for padlocking. The en-
closure shall be provided with space below the panel to
be used as an underground branch circuit and main feeder
pull-in compartment. The compartment shall be furnished
with a single screw-on cover plate.
The unit shall be bolted to a concrete pad containing a
driven ground rod.
All circuit breakers shall be as indicated on the drawings,
and shall have common trip elements of the single handle
type.
Circuit breakers shall be of the bolt-on type. Panel bus
shal1 be copper.
Panel board manufacturers: General Electric Co.
I.T.E.
Square 'D' Co.
Zinsco
Cabinet manufacturer: Hoffman Electrical Enclosures, or
equal .
C. CLEANING OF EQUIPMENT AND MATERIALS
All parts of the equipment and materials installed shall be
thoroughly cleaned of dirt, rust, cement, etc., and all
cracks and corners scraped out clean. Surfaces to be painted
shall be carefully cleaned of grease and oil spots and left
smooth, clean, and in proper condition to receive paint finish
D. CLEAN UP
The Contractor shall remove from the site all surplus material
debris, etc., caused by work of this section.
E. WORKMANSHIP AND MATERIALS
All workmanship shall be first quality in all respects and
carried out in a manner satisfactory to, and meeting approval
of, the Ci ty.
All materials, lighting fixtures, devices, and equipment
shall be new and the best quality of their respective kinds,
free from all defects and of the make, brand, or quality as
specified. They shall be in accordance with Specifications
and Publications of the following:
AIEE IEEE
NEMA NFPA
CAC NEC
IES
Page 23
Where applicable, all materials, fixtures, devices,
equipment, etc., shall be listed by and bear the label
of the Underwriter's Laboratories, Inc., (UL).'•--.
All apparatus, equipment, conduit systems, etc., shall be
installed and interconnected to form complete and working
systems as herein specified and shown on the accompanying
Drawings.
The Contractor shall furnish and install all work necessary
to make complete working systems, whether or not shown or
specified, excepting only those portions that are specifi-
cally mentioned herein or plainly marked on the accompanying
Drawings as being furnished by others.
F. FLOODLIGHT ADJUSTMENT AND FIELD TESTING
Pole mounted floodlights shall be mounted and adjusted to
aiming points supplied by the engineer after poles are set
in place. The Contractor shall furnish labor and provide
the necessary equipment to test and readjust the flood-
lighting lumina'ires after installation and during the night-
time hours to obtain an even light distribution of 30-foot
candle level in the infield area and a 20-foot candle level
in the outfield area. ,
G. WOOD POLES
Wood poles shall conform to USA Standard 05.1. Poles shall
be treated with oil-borne pentachlorophenol preservative.
Treatment shall be by the pressure process. Preservatives
and methods of treatment shall be in accordance with Federal
Specification TT-W-571; the retention of preservative and
penetration shall be not less than the minimum specified
therein. Preservative treatment for Western Firs (true firs)
and Western Hemlock shall be as specified for intermountain
Douglas Fir. Pole setting depths shall be as indicated on
the drawings.
H. WOOD CROSSARMS
Wood crossarms shall conform to REA specification No. DT-5B
(electric). Treatment shall be pentachlorophenol-petroleum
solution.
I. FLOODLIGHTING LUMINAIRES
Lighting fixtures shall be as indicated on the drawings.
The details, shape, and dimensions are approximate and
variations, when approved, may be made in order to use
stock fixtures. Lighting fixtures shall be complete with
lamps and all necessary accessories and fittings. The metal
Page 24
parts of the lighting fixtures 'shall be of corrosion-
resistant metal or shall be suitably finished to resist
corrosion; metal portions of fixtures which will be visible
and exposed shall have finishes as indicated on the drawings.
Lens frames shall be readily removable or suitably hinged
and latched. Removable frames shall have adequate means of
retention for use when servicing.
J- LAMPS AND BALLASTS
Lamps and ballasts shall be as noted on the Drawings.
K. WIRES AND CABLES
Conductor sizes are specified by American Wire Gage (AWG).
All conductors shall be copper. Insulated wires and cables
that have been manufactured more than six months prior to
date of delivery to the site shall not be used.
Wires and cables in conduits or ducts for power and lighting
service at 600 volts and below in dry locations shall be RHH,
RHW, THW, or THHN. In damp or wet locations, wires and
cables shall be type RHW or cross-linked polyethylene.
L. CONDUIT AND RACEWAYS
Conduit and raceways shall be as indicated on the Drawings.
The aforementioned equipment refers to a suitable aerial work •
platform or personnel lift to raise a person to the luminaire
level on the poles to make the fine fixture adjustments.