HomeMy WebLinkAboutKnox Electric Inc; 1995-06-16; 3445*
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Recording requested by: ) 1
CITY OF CARLSBAD 1
When recorded mail to:
City Clerk
City of Carlsbad
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property herc
described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Ca
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on Del
21, 1995.
6. The name of the contractor, if any, for such work of improvement is Knox Electric.
7. The property on which said work of improvement was completed is in the City of CE
County of San Diego, State of California, and is described as follows: Traffic signa
intersection of Alga Road and El Fuerte Street.
8. The street address of said property is 6604 El Fuerte Street.
Project No. 3445
VERIFICATION OF CITY CLERK
1, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Ci
California, 92008; the City Council of said City on 5 , 19fr_h, accer
above described work as completed and ordered that a Notice of Completion be filed.
M CUL&
I declare under penalty of perjury that the foregoing is true and correct.
Executed on mcdd b , 19 ?6 at Carlsbad, California.
CITY OF CARLSBAD &RQ- ALETHA L. RAUTENKRANZ
City Clerk
,.
CITY OF CARLSBAD
~C.t!IVED
JAN 2 2 1996
ENGINEERING
DEPARTMENT
PROJECT: # 3445 -TRAFFIC SIGNAL IMPROVEMENTS AT ALGA ROAD AND
EL FUERTE STREET
CONTRACT CHANGE ORDER NO. 1
CONTRACT NO. 3445 P.O. NO. 20215 ACCOUNT NO. 320-820-1840-3445
CONTRACTOR: Knox Electric Inc.
ADDRESS:· 3364 Helix Street
Spring Valley, CA 91977
The Contractor is directed to make the following changes as described herein. Changes shall
include all labor, materials, equipment, contract time extension, and all other goods and services
required to implement this change. Payment stated on this change order includes all charges,
direct or indirect, arising out of this additional work and is expressly agreed between the City and
the Contractor to be the complete and final costs hereof. The requirements of the specifications,
where pertinent and not in conflict with this change order, shall apply to these changes. This
change order is not effective unless signed by the City Manager and/or the Mayor.
Pursuant to Section 3-2, Change Initiated by the Agency, SSPWC, 1994, perform the following:
Item 1: A) Earthsaw all conduit runs and backfill per City of Carlsbad Standards for
a lump sum of $2,313.00.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,313.00
B) Install two R73-2 (Left turn only) signs on El Fuerte Street mast arm, for a
lump sum of $160.00.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . $160.00
C) Additional concrete needed for pedestrian ramp on the N. W. corner, for
a lump sum of $350.00.
Increase to contract cost. . . . . . . . . . . . . . . . . . . . . . . . . . . . $350.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ................... $2,823.00
'-~-
Change Order No. 1
3445 -Traffic Signal Improvements at Alga Road and El Fuerte Street
Page: 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED
BY FIVE (5) WORKING DAYS.
RECOMMENDED BY:
~c1ENGINEER
~A~CJ
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
FINANCE
CONTRACTOR
APPROVED BY:
l-l/-1'L
(DATE)
/ (6ATE)
(DATE)
e
May 8, 1995
ADDENDUM NO. 1
BID/PROJECT NO. 3445- ALGA ROAD/EL FUERTE TRAFFIC SIGNAL
I-- -L- J -I-I---J. -3 :- +I-- &I-&:-- +r O'A-J--/I7--, .cIL.+~-w P;Ae :t*o I hat,rr Piease ir-nciuue the auau itu auuar UUI I 1 ti I LI IG IvuLtwz LU uiuuGi/s I.r;iyu\j-aL IuI yluu yuu , IC..V
for the above project.
This addendum--receipt acknowledged--must be attached to your Proposal Form/Bia
when your bid is submitted. *arA
RUTH FLETCHER @ Purchasing Officer
RF:jk
Attachment
I P.CK?!O'J!LEDGE !?ECE!PT QF P.DDENnU?.? NQ. I
e
I200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 - (61 9) 434-2803 FAX (61 9) 434-1 98-
0
NOTICE TO BIDDERS
May 8,1995
The City of Carlsbad has issued "Addendum No. 1" to the Contract Documents and Specia Provisions for the Alga Road/El Fuerte Traffic Signal, Contract No. 3445. The addendun- consists of one (ij page, &is no&, ard a CB'WT sheet. The zddc;;dr;;n:
1. Clarifies the schedule for performing the work.
The provisions contained in the addendum are made part of the project as though originally bound with them. As of this date, this addendum contains all changes to the originally issuec specifications.
e
City Engineer
LBH:SSj b
0
2075 Las Palmas Dr. - Carlsbad, CA 92009-1 576 - (61 9) 438-11 61 - FAX (61 9) 438-089~
ADDENDUMNO. P
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR
ALGA ROAD/EL FUERTE TRAFFIC SIGNAL
CONTRACT NO. 3445
Page 1 of 1
In Part I, Section 6, of the Special Provisions, delete the language under subsection 6-7.1 General
and replace with the following:
The Contractor snail order the poles and mas; arms ior inis project upon receiving a purchase
order from the City. Within seven (7) working days of the date of the purchase order, the
Contractor shall furnish the Engineer with a letter from the supplier stating when all the signal
equipment will be available. The Engineer will issue a "Notice to Proceed" two weeks prior to the scheduled delivery date of the equipment. The Contractor shall begin work within fifteen (15)
calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work tc
completion within thirty (30) consecutive working days once construction begins.
0
0
0
TABLE OF CONTENTS - item Page
NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . , . 1
CONTRACTOR’SPROPOSAL ........................................,.,.... 4
BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . , . . . 14
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . , . , . . 15
I
I
1
I
I
ff
8
1.
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMllTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , 16 2 CONTRACT - PUBUC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . , . . . . . . , . . 17
LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
PERFORMANCE BOND.. . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28
REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30
ESCROW AGREEMENT FOR SURETY’
DEPOSITS IN LIEU OF RETENTION.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35
RELEASEFORM ...................................................... 34
SPECIAL PROVISIONS
I
1 0
ll
I I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36
ti. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS 1) c CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . 46
Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . 49
E
0
R
I
i
2/15/95 Do a9
KT CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlst
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 18th day
May, 1995, at which time they will be opened and read, for performing the work as follows:
TRAFFIC SIGNAL IMPROVEMENTS AT
ALGA ROAD AND EL FUERTE STREET
CONTRACT NO. 3445
The work shall be performed in strict conformrty with the specifications as approved by the C
Council of the City of Carlsbad on file with the Engineering Department. The specifications
the work include the Standard Specifications of Public Works Construction, (SSPWC), 15
Edition, and the latest supplement, hereinafter designated 'SSPWC', as issued by the Southc
California Chapter of the American Public Works Association and as amended by the spec
provisions sections of this contract. Reference is hereby made to the specifications for
particulars and description of the work.
The City of Carlsbad encourages the participation of minorii and women-owned businesse
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators a
contractors to utilize recycled and recyclable materials when available and where appropriai
No bid will be received unless it is made on a proposal form furnished by the Purchasi
Department. Each bid must be accompanied by security in a form and amount required by la
The bidder's security of the second and third next lowest responsive bidders may be withhc
until the Contract has been fully executed. The security submitted by all other unsuccess
bidders shall be returned to them, or deemed void, within ten (10) days after the Contract
awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), approprit
securities may be substituted for any obligation required by this notice orfor any monies withhc
by the Ctty to ensure performance under this Contract. Section 22300 of the Public Contrt
Code requires monies or securiiies to be deposited with the City or a state or federally charter
bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit Experience
4. Contract
5. Designation of Subcontractors Certification
6. Amount of Subcontractors' Bid
7. Bidder's Statement of Financial Responsibility
8. Bidder's Statement of Technical Abillty and
9. Purchasing Department Representation and
10. Escrow Agreement for Securtty Deposits (optional)
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities ar
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimat
is $93,000.
211 511
@
No bid shall be accepted from a contractor who is not licensed in accordance with the
provisions of California state law. The contractor shall state their license number, expiration date
and classification in the proposal, under penalty of perjury. The following classifications are
acceptable for this contract: A, C10 in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract documents in
lieu of the usual 10% 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.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California,
for a non-refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost
for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the
Contract shall be those as determined by the Director of Industrial Relations pursuant to the
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor
Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk.
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 pre-bid meeting and tour of the project site will not be held.
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.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed
or written in with ink and must be initialed in ink by a person authorized to sign for the
Contractor.
Bidders are advised to veri 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
I
I
I*
1
I
1
i
I
I
#@
I s
I
I
I
1
I
1 of bid.
2/15/95 e', @
Bonds to secure faithful performance and warranty of the work and payment of laborers at
materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%
respectively, of the Contract price will be required for work on this project. These bonds shi
be kept in full force and effect during the course of this project, and shall extend in full force ar
effect and be retained by the City until they are released as stated in the Special Provisioi
section of this contract. All bonds are to be placed with a surety insurance carrier admitted ar
authorized to transact the business of insurance in California and whose assets exceed thc
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are
contain the following documents:
1) An original, or a certified copy , of the unrevoked appointment, power of attorney, t
laws, or other instrument entitling or authorizing the person who executed the bond *
do so.
2) A certified copy of the certificate of authority of the insurer issued by the insurant commissioner.
If the bid is accepted, the City may require copies of the insurer‘s most recent annual stateme
and quarterly statement filed with the Department of Insurance pursuant to Article 1
(commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Cod1
within 10 calendar days of the insurer’s receipt of a request to submit the statements.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s Kc
Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the business (
insurance in the State of California by the Insurance Commissioner. Auto policies offered I
meet the specification of this contract must: (1) meet the conditions stated above for c
insurance companies and (2) cover anv vehicle used in the performance of the contract, use
onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-schedule(
The auto insurance certificate must state the coverage is for ‘any auto’ and cannot be limite
in any manner.
Workers’ compensation insurance required under this contract must be offered by a compar
meeting the above standards with the exception that the Best’s rating condition is waived. Th
City does accept policies issued by the State Compensation Fund meeting the requirement ft
workers’ compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. An
additional cost of said insurance shall be included in the bid price.
The prime contractor and all subcontractors are required to have and maintain a valid City c
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carisbad, California, by Resolution No. 95-6:
adopted on the 21 st day of March, 1995. - ,A+, .gj, X-VYd . & &2&- dzg &c d9/ //’
(\Aletha L_,iSautenkrapf ctty Clerk cj Date ’
2/15/s @
+,w/ C&>LL;
CITY OF CARLSBAD
TRAFFIC SIGNAL IMPROVEMENTS AT
ALGA ROAD AND EL FUERTE STREET
CONTRACT NO. 3445
CONTRACTOR'S PROPOSAL
z
II
5
I
I
I
I
I
I 3t-V
E
i
I
I
I.
City Council
City of Carlsbad
1200 Carlsbad Village Drive B Carlsbad, California 92008
The undersigned deciares he/she 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. 3445 in accordance with the Plans and Specifications of the City of Carlsbad, and
the Special Provisions and that he/she will take in full payment therefor the following unit prices
for each item complete, to wit:
Approximate
item Quantity
No. Descrbtion and Unit - Total
1 Traffic Signal at Lump Sum
e
-
~~~/~TV rnZ&'E i=j&@&WFm n
P/3m= kfu fl/'DRG.(b r+, e7-y 7HEEE
Signing and Striping at Lump Sum 7, OYS
- b. Dollars (Lump Sum)
i /+Ed /ACsS&rn9
Dollars (Lump Sum)
- 2
Fodt 79
3 Concrete and Asphalt Work at Lump Sum ,3 -7 5m
4 Lump Sum 45bO
)L FZIvE kJIp/'/IpDECs-D 1 Dollars (Lump Sum)
2/15/9f I', blb
Approximate
Item Quantity
No. DescriDtion and Unit - Total
5 Traffic Control at Lump Sum $$Oci;21
FflU,C fqd /dD PA- a
Dollars (Lump Sum)
Total amount of bid in words:/bzfl i5T5lf 7&Q 7Hoh;!C&AlQ ASHF .iW/vO&?€ 0
Total amount of bid in numbers: $ 72 &d3
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s).
proposal.
The Undersigned has checked carefully all of the above figures and understands that the Cit
will not be responsible for any error or omission on the part of the Undersigned in preparing thi
bid.
The Undersigned agrees that in case of defautt in executing the required Contract wit
necessary bonds and insurance policies within twenty (20) days from the date of award c
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bonc
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed tc
do business or act in the capacity of a contractor within the State of California, validly licensec
under license number qgop5-e , classification [/ - # c /which expire
on l~/~r / 9<& , and that this statement is true and correct and has the legal effec
7flz/C77 y T#A?GE a
hadhave been received and is/are included in thi
of an affii;lavit.' ' I*Lcb. "dl 1L.C LL e?-
A bid submitted to the Clty by a Contractor who is not licensed as a contractor pursuant to thc
Business and Professions Code shall be considered nonresponsive and shall be rejected by thc
City. Q 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall bc
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. Public
Contract Code § 20104.
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is personall!
interested, directly or indirectly, in this Contract, or the compensation to be paic
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 onl!
those contained in this form of Contract and the papers made a part hereof by its terms
and O/@d &&dl 2/15/9
5s/ F-95-
@ *-
6
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.
I
0 Accompanying this proposal is f30 .4 f4 (Cash, Certified Check, Bond $ I
1
I
I ....
I
I ....
I
I
4. ....
I
I ....
I
It ....
I
I
I
I
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 setf-
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.
....
....
....
....
....
....
....
....
....
....
....
....
....
....
2/ 1 5/95 1’ @
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article I
relative to the general prevailing rate of wages for each craft or type of worker needed 1
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.
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 mad
by a general partner)
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
2/15/!
bzb
J‘ I 8
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted
I
LE-C 7KZC , ZAK ~
I
i
i
I
I
I
I
I
8
J
I
R
I
E
I. (2)
I Impress Corporate Seal here
(3) Incorporated under the laws of the State of @R L-rr$=&n_&‘ztfi
(4) Place of Business 3 3AY HEUF ,-ST (Street and Number)
City and State SQiZ”,..u G &p& LLEV,. cfi
(5) Zip Code 59577 Telephone N0.C A I 51 Y Lz ! -5 5 cc;
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE 1. AlTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation;
if a partnership, list names of all general partners, and managing partners:
@87,fltc- &/ 0 Kusy Pn E.5 1 /3 EA? 4
ECW126*,) /(A/ ex EE7HP v
2/15/95 I’ @
& .l
BID SECURITY FORM
(Check to Accompany Bid)
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of C17
OF CARLSBAD, in the sum of
dollars ($
this amount being ten percent (1 0%) of the total amount of the bid. The proceeds of this chec
shall become the property of the Crty provided this proposal shall be accepted by the Ci
through action of its legally constituted contracting authorities and the undersigned shall fail
execute a contract and furnish the required Performance, Warranty and Payment Bonds at
proof of insurance coverage within the stipulated time; otherwise, the check shall be return6
to the undersigned. The proceeds of this check shall also become the property of the City if tl
undersigned shall withdraw his bid within the period of fifteen (1 5) days after the date set for tl
opening thereof, unless otherwise required by law, and notwithstanding the award of tl
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 pas
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total arnouni
the bid.)
2/1 f
@
F 1' State of California 4 County of San Dieso
On 5/18/95 before me, Joan Levinson
personally appeared Craiq w. Knox
i/
(DATE1 WAMVFITLE OF OFFICERi.e.'JANE DOE, NOTARY PUBLIC')
INAMEISI OF SIGNERISII
5 personally known to me -OR- 0 roved to me on the Easis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s1 on the instrument the person(s), or the entity upon behalf of which the person(s)
instrument.
within instrument and
acted, executed the
Witness my hand and official seal.
(SEAL1
RIGHT THUMBPRINT (Option
~ P
CAPACITY CLAIMED BY SlONI
OINDIVIDUAL(S) WORPORATE
OFFICER(S) Pres .
(TInEREs)
OPARTNER(S1 OLlMlTED
OGENERAL
OATTORNEY IN FACT
OTRUSTEE(S)
OOMER:
~~NER 1s REPRESENTINa:
(Name of Person(=) or Entity(iei
Knox Electric, I
OGUARDlANlCONSERVATOR
RIGHT muMBmiNT (Option< i
c
CAPACITY CLAIMED BY SIGNE
OINDIVIDUAL(S)
OCORPORATE
10
qmma mmm ~cccw~w ~flow&dl~ Bond No. GE5692
HwW Atr, PeRSOP18 *BY THESE rnE&ENtS:
m~~e, Knox Electric, Inc* anp~parl,d Gulf Insurance Company
*kw: @twbbr3tlwlstcn far wtilc~l M WM F Sub Wi9i wy bind -"QW Mm, exematws and ~~~~,~wsor~g~,fbbdqr~eevllwasy,,tlmyrtryth~~
MECX3MbITMEJbFMIE~N~ oBU(3ATtONlS SWtk$Ilthep~affho~ kwnden Princjpal tm
TRAPPIC SIGNAL IMPROV€Y€WB AT
ALGA Ram AND EL FumsmEEr CUrnrnNO. ad45
bum CRy offawbf& IP41dqtted bythe my cwneri, and ictho Prlndpal ahal dufyartwirlto ~~ea~I~I~rp$ui~~~and-~~~~withintwsntyC2D) days
fnprn the dete crf auwd lb[ Contract byh CiQ Cwnd crl the Cii uf CMdmd, bdng dub
notiRedQfseldInward'MienthlnOWmW- fnsllandVOia;~ke, I&!lllbeand rCMICrln in fulltaw ad ollhc2 udtheamount~plQldfkd hemin sfvd clotartcr~ ktdtedakt my,
a
as $unsay em hnkl nrrcl~bound unto L my d Cariaad, CMm3rnta, h ananwft fd (I=) afh bJd m Twelve Thousand and oo/~oo
0
0
IhM #ant p&ld$MlJ lllxowfed this bond €t$ atl Indrvidu4. t lare tw the dawl of Pm
E.r#rcutedb)rI”We(cfPAtthb . 15th ,,day i5xBcwdbyswlmws 15th.
mg MI mllE#at4 tha, Surev fro# its ebligama Mwttda bnd.
0 af May ,tsz- uf-.. . . May *w
PRtN#PAL: su?Em
’ @lamtlrPPhdW Qnunr cff swsb)
Gulf Insurance Company
5550 West Touhy Avenue #400
Skokie, IL 60077
Knox Electric, Inca
Y
- w-Q~~*)
708-982-9800
m--j
?{US QC!d F v& nd Or&zdh d Sbnrtrwu)
Jerome L. Hren
W-dnYRId-W-
m-w* -shpwing Wli md-w*)
pv mi -p at0mm ky PMNamnnd IU~ M he -1
0
(pra~W ~r w‘o~-pnwlb#rt M rsa~tstary M- - muat 5iqn br w-, rrnb on6 dbr dgm Ihe 0stpOnetiOn muJtaW~ e twd- pnrtW by- mmaty
~llrs~s~under~~rak;,~dmpnrrwrlngihrrto~rtakdnd~~orpandio~}
w-IIsfoMRM:- HmAK3R?!wL
f;AyuEQrrmy
w*
&?-
0
.r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
San Diego 0
May 15, 1995 before me, Joelle Hren, Notary Public
DATE NAME TITLE OF OFFICER E G JANE DOE NOTARY PUBLIC-
personally appeared Jerome L. Hren
NAME(S) OF SIGNER(S) m personally known to me - OR - 0 proved to me on the basis of satisfactory evidenl
to be the person(s) whose name(s) is/a
subscribed to the within instrument and a
knowledged to me that he/she/they executc
the same in his/her/their authorizt
capacity(ies), and that by his/her/thE
signature(s) on the instrument the person(:
or the entity upon behalf of which tl
person(s) acted, executed the instrumer
WITNESS my hand and official seal.
\ SIGNATURE OF NOTARY
0
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could pre!
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEN
Bid Bond No. GE5692799
TITLE OR TYPE OF DOCUMENT TITLE(S)
1 M ATTORNEY-IN-FACT NUMBER OF PAGES
0 GUARDIAN/CONSERVATOR
May 15, 1995
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES)
SIGNER(S) OTHER THAN NAMED ABOVE Gulf Insurance Company a
."
6"
OMGMUS OF THIS POWER OF A SAFETY PAPER WTEl TEAL $???X
KNOX ELECTRIC, INC.
9545 Pathway Street
EFFECTIVE 9ATE and the authority granted him revoked by the President, oi any Zxecrtive Vice President, or any Senior Vice President, or by the Bozrd of Directors or by the
'
I Finance and Executive Committee of the Board of Directors. i May 18, 1995
CONTRACT AMOUNT
112,000.0Oest
BOND AMOUNT
Gulf Insurance Company does hereby make, constirule and appoint
**JEROME L. HREN**
its true and iawful attorney(s)-in-fact, with full power and authority hereby behalf, as surety, any and all bonds and undertakings of surelyship, 2nd 10
rid in its name, place and stead, to sign, execute, acknowledge and deliv Gulf Insurance Company Lheieby as fclly and to the samc extent as if any dertakings and documents relating to such bonds andor undertakings were signcc! by the duly authorized ofker of the Gulf insurance Company and all thr attorney(s)-in-fact, pilrsuznt to the authority herein given, are hereby raMed and confirmed.
I e obligation of the Company shall not exceed one million ($l,GcO,ZXl.C!.cr;) dol1r:s.
be laereto aExed.
IN WITNESS WEWOF, the Gulf T?hn§EranCa CQmPaXY ha3 Crud Cke ?YSeZ& tQ be $igad h,y E e Compnmy and ins Corporate
Q
USANCE COMPANY & JlrLddd L!$ y"c, c c A d{&
C'hPklQ$QW 2. \~Z%&on Przsidezt STATE OF NEW YORIB )
COUNTY OF NEW YORK ) ) ss
e dM!Y SVJQrn, did dep &?re GOTpOrahiOn deSCl
4s is §LKh corporate st
n- !\ 0 /) i !d 1 i/ *qAJJLd\ f il / fi* ( (-J jl C) &"id J&fa p 1 Ne. 244958634 STATE OF NEW YORK 1 5;'F.0F # @XaEfIQd En I<hgS CWInTy i S$ Expires Kouember 33, 1995 COUNTY OF mw YORK )
1, the nndersigneed, Senior Vice President o HEREBY CEWTIPY that the f~rego &hChEd POWER OF ATTOm@P rem&§ in
Signed and Sealed a4 the City of New TOT^.
day of May
e(? .- /%- I t p-
0
iabvretace P. .Mimikes Senior vice Presiden:
.'r~
State of California
County of San Dieso
I
before me, Joan Levinson
Craig w. Knox
5/18/95 On
(DATE) (NAMEmnE Of 0FFICER-t.e:JANE DOE, NOTARY PUBLIC'I
persona I I y appeared
(NAME(SI OF SIGNER(S1I
El personally known to me -OR- 0 roved to me on the gasis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the
acknowledged to me that he/she/they executed the same in his/her/their
signature(s) on the instrument the person(s1, or the entity upon behalf of which the person(s)
instrument.
within instrument and
authorized capacity(ies1, and that by his/her/their
acted, executed the
NiA E Witness my hand and official seal.
K7- -
(SEAL1
RIGHT THUMBPRINT (Option I
0
CAPACITY CLAIMED BY SlQNl
OINDIVIDUAL(S) BORPORATE
Pres. OFFICERISI
(TITLES)
DPARTNER(S) OLIMITED
OGENERAL
OATTORNN IN FACT
CITRUSTEEIS)
DOTHER:
OGUARDIANICONSERVATOR
SIQNER IS REPRESENTINO:
(Name of Peraon(r) or Entityliei
Knox Electric,
RIGHT THUMBPRINT (Option li
e e
CAPACITY CLAIMED BY SIQNZ
OINDIVIDUAL(S)
OCORPORATE
IL
DESlG NATION OF SUBCONTRACTORS
(To Accompany Proposal)
I
I * The Contractor certifies he/she has used the sub-bids of the following listed Contractors in
making up his/her 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 applicable provisions
of the specifications and Section 4100 et seq. of the Public Contracts Code - 'Subletting and
Subcontracting Fair Practices Act.' No changes may be made in these subcontractors except
upon the prior approval of the City Engineer of the City of Carlsbad. The following information
is required for each sub-contractor. Additional pages can be attached if required:
This project does- does notAhave bid items designated as 'Specialty Items."
I
1
8
Items of Complete Address Phone No. t Work Full Companv Name with Zip Code & Area Code
g3 I ez$zNc 232.f9 NCWE cod& 7y Jb6OO&lLC3rfiAK Ro { 7a7) 6.73 -
5TC3PZA4- 5EfU,Z/k% ~JMOL_R4L: n &e44 Sas85 I
,c - i9WsZJvG <sTfig pfl~riil(7 Z@CJ Jl& 7--- L fl c,~~cTo;~ ,ED, Ck/CiJd+b/-
5&N 02 EG-& cs 4 38 ? 3
j=E/-&E l.uG,aK ALC6Pn /?EACE C&g5M. /qqo (&[ 7LzDGE AWE. ccr 5 > JAg
/wfi7mmP l.- CZ-YY. G? Sr5X-0
I
I
1
1
I
I
E
I
1
1.
211 5/95 1. @
AMOUNT OF SUBCONTRACTORS’ BIDS
(To Accompany Proposal)
The bidder is to provide the following information on the subbids of all the listed subcontracto
as part of the sealed bid submission. Additional pages can be attached, if required.
Type of State
Contracting Carlsbad Business Amount of Bic
Full Company Name License & No. License No.* I$ or %l
f?P&dG E co d/d -r 9 J ,-J %> 1-73 7 -jQy+’
57r?@ ,“;“r3ti.g,~~, Zhk . 30 Y 7.3 7 fl/‘i;/.. E 375-79 P
jWCEm FE.4A-5 CeT, wsc ’ c-13 - AJC mE 15-0u
g$px/ig- .5Egb; 2flCa ,? q-r&c%- /
+.go ‘p P a
-
-
-
Licenses are renewable annually. If no valid license, indicate SJONE.’ Valid license must be obtained prior 1
submission of signed Contracts.
2/15/!
@
I*
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(lo Accompany Proposal)
1
I
i
I
I
I
I
0
4
8.
I
Il
i
I
1
1
I
1
* Bidder submits herewith a statement of financial responsibilrty.
2/15/95 P @
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
The Bidder is required to state what work of a similar character to that included in the propost
Contract he/she has successfully performed and give references, with telephone numbers, whic
will enable the City to judge his/her responsibilrty, experience and skill. An attachment can t
used.
Name and Address
2/15/!
@
I
1
1
I
1
I
i
1
I
I
1 executed on the /E5 day of bh&y , 196.
I
I
I
1 --
I
16
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California 1
County of 1
i*
) ss.
L CL 1, ~.dO?z , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is Peg s 20FI d7
' (Title)
of KmcF [~8,r--C7~dr;7 ZNC. -c
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation; that
the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,
directly or indirectly, sought by agreement, coi-nmunication, 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, or to secure any advantage against the public body
awarding the contract of anyone interested in the proposed contract; that all statements
contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was
I 0
Subscribed and sworn to before me on the /&T# day of mnv ,19*:
(NOTARY SEAL)
JOAN LEVINSON 1 COV M. # 983330 w
I'!STAf(Y PUBLIC-CALIFORNIA 5
SAN DlEGO COUNTY
My Cmm. Exy Jan. 28, 1997 I 2/15/9E
CONTRACT - PUBLIC WORKS
This agreement is made this /43 day of 5AdG , 19=, by an between the Crty of Carlsbad, California, a municipal corporation, (hereinafter called 'City"), an
Knox Electric, Inc. whose principal place of busim
k 3364 Helix Street, Spring Valley, CA 91977 (hereinaftt
called "Co nt racto f .)
City and Contractor agree as follows:
1. Description of Work. Contractor shall pertorm all work specified in the Contract documenl
for:
TRAFFIC SIGNAL IMPROVEMENTS AT
ALGA ROAD AND EL FUERTE STREET
CONTRACT NO. 3445
(hereinafter called "project ")
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tool
equipment, and personnel to perform the work specified by the Contract Documents.
Contract Documents. The Contract Documents consist of this Contract, Notice lnvitir
Bids, Contractor's Proposal, Bidder's Ebnd, Designation of Subcontractors, Bidder
Statements of Financial Responsibilrty and Technical Ability, Non-collusion Affidavit, Escro
Agreement, Release Form, the Plans and Specifications, the Special Provisions, and E
proper amendments and changes made thereto in accordance with this Contract or tt
Plans and Specifications, and all bonds for the project; all of which are incorporated herei
by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the WOI
as indicated, specified, and implied by the Contract Documents. Any items of work n
indicated or specified, but which are essential to the completion of the work, shall t
provided at the Contractor's expense to fulfill the intent of said documents. In all instanc4
through the life of the Contract, the Clty will be the interpreter of the intent of the Contra
Documents, and the City's decision relative to said intent will be final and binding. Failui
of the Contractor to apprise subcontractors and materials suppliers of this condition of tt
Contract will not relieve responsibilrty of compliance.
2.
3.
2/15/ @
1
I
I
I
1
1
I
1
l
1.
I
i
I
I
i
1
1
18 * 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 of the Standard Specifications
for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, hereinafter
designated "SSPWC', as issued by the Southern California Chapter of the American Public
Works Association, and as amended by the Special Provisions section of this contract.
The closure date for each monthly invoice will be the 30th of each month. Invoices from
the Contractor shall be submitted according to the required City format to the Crty's
assigned project manager no later than the 5th day of each month. Payments will be
delayed if invoices are received after the 5th of each month. The final retention amount
shall not be released until the expiration of thirty-five (35) days following the recording of
the Notice of Completion pursuant to California Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to be set forth
in the terms of the contract. Below is such a summary. However, contractor should refer
to Public Contract Code section 20104.50 for a complete statement of the law.
The city shall make progress payments within 30 days after receipt of an undisputed and
properly submitted payment request from a contractor on a construction contract. If
payment is not made within 30 days after receipt of an undisputed and properly submitted
payment request, 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.
Upon receipt of a payment request, the city shall, as soon as practicable after receipt,
determine whether the payment request is a proper payment request. If the crty determines
that the 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 payment I request was not proper.
If the city fails to return the denied request within the seven (7) day time limit, then the
number of days available to the city to make payment without incurring interest shall be
reduced by the number of days by which the city exceeds the seven (7) day return
requirement .
"Progress payment' includes all payments due contractors except that portion of the final
payment designated by the contract as "retention earnings".
A completed and executed release form in the form described in this contract (hereinafter
"Release Form") shall be submitted prior to approval of each progress payment. The
contractor shall list all disputed claims or potentially disputed claims which arise during the
pay period. The purpose of the Release Form is to bring timely attention to areas of dispute
or potential dispute between the contractor and the City for the pay period. Failure of the
contractor to submit a completed and executed Release Form shall constitute the
contractor's acknowledgement that no disputes of any type have arisen that pay period or
remain from previous pay periods and the contractor waives all future rights in making
claims for disputes arising in those pay periods. All previous and new disputed claims or
2/15/95 I* @
potentially disputed claims shall be listed on the Release Form until such time as tt
disputed claims are resolved. The contractor shall not modify the Release Form in any wa
Indewndent Investigation. Contractor has made an independent investigation of tt
jobsite, the soil conditions at the jobsite, and all other conditions that might affect tt
progress of the work, and is aware of those conditions. The Contract price includc
payment for all work that may be done by Contractor, whether anticipated or not, in ord
to overcome underground conditions. Any information that may have been furnished
Contractor by City about underground conditions or other job conditions is for Contractor
convenience only, and City does not warrant that the conditions are as thus indicate
Contractor is satisfied with all job conditions, including underground conditions and has ni
relied on information furnished by City.
Contractor Reswnsible for Unforeseen Conditions. Contractor shall be responsible for I
loss or damage arising out of the nature of the work or from the action of the elements t
from any unforeseen difficulties which may arise or be encountered in the prosecution
the work until its acceptance by the City. Contractor shall also be responsible for expenst
incurred in the suspension or discontinuance of the work. However, Contractor shall nc
be responsible for reasonable delays in the completion of the work caused by acts of Got
stormy weather, extra work, or matters which the specifications expressly stipulate will t
borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves digging trench6 or other excavations that extend deeper than four feet below the surface Contractor sht
promptly, and before the following conditions are disturbed, notify City, in writing, of ani
A. Material that Contractor believes may be material that is hazardous waste, as define
in Section 25117 of the Health and Safety Code, that is required to be removed to
Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing la\
B. Subsurface or latent physical conditions at the site differing from those indicated.
C. Unknown physical conditions at the siUe of any unusual nature, different materially fro1
those ordinarily encountered and generally recognized as inherent in work of tt-
character provided for in the contract.
5.
6.
7.
City shall promptly investigate the conditions, and if it finds that the conditions do material
so differ, or do involve hazardous waste, and cause a decrease or increase in contractor
costs of, or the time required for, performance of any part of the work shall issue a chang
order under the procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the conditior
materially differ, or involve hazardous waste, or cause a decrease or increase in th
contractor’s cost of, or time required for, performance of any part of the work, contractc
shall not be excused from any scheduled completion date provided for by the contract, br
shall proceed with all work to be perford under the contract. Contractor shall retain an
2/15/!
@
II
I
1
I
1
II
1
l
1.
ID
1
1(
I
I
8
II
20
and all rights provided either by contract or by law which pertain to the resolution of
disputes and protests between the contracting parties.
Chanae Orders. City may, without affecting the validity of the Contract, order changes,
modifications and extra work by issuance of written change orders. Contractor shall make
no change in the work without the issuance of a written change order, and Contractor shall
not be entitled to compensation for any extra work performed unless the City has issued
a wriien change order designating in advance the amount of additional compensation to
be paid for the work. If a change order deletes any work, the Contract price shall be
reduced by a fair and reasonable amount. If the parties are unable to agree on the amount
of reduction, the work shall nevertheless proceed and the amount shall be determined by
litigation. The only person authorized to order changes or extra work is the Project
Manager. The written change order must be executed by the City Manager or the City
Council pursuant to Carlsbad Municipal Code Section 3.28.1 72.
Immiaration Reform and Control Act. Contractor certifies he 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, veriiing
the eligibility for employment of all agents, employees, subcontractors, and consultants that
are included in this Contract.
10. 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 Carlsbad City Clerk, 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.
1 1. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss,
damage, injury and liability of every kind, nature and description, directly or indirectly
arising from or in connection with the performance of the Contractor 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; except for loss or damage which
was caused solely by the active negligence of the City; 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, unless the loss or damage
was caused solely by the active negligence of the City. The expenses of defense include
all costs and expenses including attorneys fees for litigation, arbitration, or other dispute
8.
1.
9.
I resolution met hod.
Contractor shall also defend and indemnrfy 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.
2/15/95 I* a?
12. Insurance. Contractor shall procure and maintain for the duration of the contract insuranc
against claims for injuries to persons or damage to property which may arise from or
connection with the performance of the work hereunder by the Contractor, his agent
representatives, employees or subcontractors. Said insurance shall meet the Crty‘s polic
for insurance as stated in Resolution No. 91-403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages ar
minimum limits indicted herein:
1. ComDrehensive General Liabilihr Insurance:
$l,OOO,OOO combined single limit per occurrence for bodily injury and proper
damage. If the policy has an aggregate limit, a separate aggregate in the amoun
specified shall be established for the risks for which the Ctty or its agents, office
or employees are additional insured.
2. Automobile Liabilitv Insurance:
$l,OOO,OOO combined single limit per accident for bodily injury and proper
damage. In addition, the auto policy must cover any vehicle used in tt
performance of the contract, used onsite or offsite, whether owned, non-owned (
hired, and whether scheduled or non-scheduled. The auto insurance certificai
must state the coverage is for ‘any auto” and cannot be limited in any manner.
3. Workers’ ComDensation and Emplovers’ Liabilitv Insurance:
Workers’ compensation limits as required by the Labor Code of the State I
California and Employers’ Liability limits of $l,OOO,OOO per incident. Worker
compensation offered by the State Compensation insurance Fund is acceptable 1
the City.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insuranc required under this agreement contain, or are endorsed to contain, the followin
provisions. General Liability and Automobile Liability Coverages:
1. The City, its officials, employees and volunteers are to be covered as addition,
insured as respects: liability arising out of activities performed by or on behalf t
the Contractor; products and completed operations of the contractor; prernk
owned, leased, hired or borrowed by the contractor. The coverage shall contai
no special limitations on the scope of protection afforded to the City, its official:
employees or volunteers.
2. The Contractor’s insurance coverage shall be primary insurance as respects th
Crty, its officials, employees and volunteers. Any insurance or self-insuranc
maintained by the City, its officials, employees or volunteers shall be in excess (
the contractor’s insurance and shall not contribute with it.
2/15/!
@
I
I 22
3. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to the City, its officials, employees or volunteers.
4. 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.
I+
I
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" basis,
coverage shall be maintained for a period of three years following the date of
completion of the work.
(D) NOTICE OF CANCEUTION -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 thirty (30) days' prior wriien
notice has been given to the City by certified mail, return receipt requested.
(E) 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.
(F) 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.
I
I
1
I
I.
I
1
1
1
1
II
I
1
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under
its policies or shall furnish separate certificates and endorsements for each
subcontractor. Coveragesfor subcontractors shall be subject to all of the requirements 1 stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that have a
rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact the
business of insurance by the Insurance Commissioner under the standards specified
in by the City Council in Resolution No. 91-403.
(I) 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 Ci and are to be received and
approved by the City before work commences.
(J) COST OF INSURANCE-The Cost of all insurance required under this agreement shall be included in the Contractor's bid.
2/15/95 I* @
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter
Article 1.5 (commencing with section 201 04) which are incorporated by reference. A cor
of Article 1.5 is included in the Special Provisions I section. The contractor shall initial
submit all claims over $375,000 to the City using the informal dispute resolution proce:
described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding tt
provisions of this section of the contract, all claims shall comply with the Government Tc
Claim Act (section 900 et seq., of the California Government Code) for any claim or cau:
of action for money or damages prior to filing any lawsuit for breach of this agreement.
14. Maintenance of Records. Contractor shall maintain and make available at no cost to tt
City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapti
1, Article 2, of the Labor Code. If the Contractor does not maintain the records
Contractor's principal place of business as specified above, Contractor shall so inform tt
City by certified letter accompanying the return of this Contract. Contractor shall notify tt
City by certified mail of any change of address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Sectic
1720 of the Labor Code are incorporated herein by reference.
16. Securiiv. Securiiies in the form of cash, cashier's check, or certified check may t
substituted for any monies withheld by the City to secure performance of this contract fc
any obligation established by this contract. Any other security that is mutually agreed 1
by the Contractor and the City may be substituted for monies withheld to ensui
performance under this Contract.
17. Provisions Required bv Law Deemed Inserted. Each and every provision of law and claus
required by law to be inserted in this Contract shall be deemed to be inserted herein ar
included herein, and if, through mistake or otherwise, any such provision is not insertec
or is not correctly inserted, then upon application of either party, the Contract shall forthwfi
be physically amended to make such insertion or correction.
2/15/! @
2r
18. Additional Provisions. Any additional provisions of this agreement are set forth in the
'General Provisions' or 'Special Provisions' attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGEMENT OF MECUllON BY ALL SIGNATORIES MUST BE
ATACHED
a
L FcTCtc z&* A/
CdC'_/lFzG e3* /+Idax d pg Esr 1
(CQRPORATE SEAL) Contractor
Print Name of Signatory
APPROVED TO AS TO FORM:
Print Name of Signatory
RONALD R. BALL
City Attorney
0 BY:
m 2/15/E
CB
rremium: ?~,jlt
LABOR AND MAERIALS BOND
WHEREAS, the City Council of the City of Carisbad, State of California, by Resolution No?=
adopted June 13, 1995 ,hasawardedto Knox Electric, Inc.
(hereinafter designated as the 'Principal'), a Contract for:
TRAFFIC SIGNAL IMPROVEMENTS AT
ALGA ROAD AND EL FUERTE STREET
CONTRACT NO. 3445
in the City of Carlsbad, in strict conformity with the drawings and specifications, and othc
Contract Documents now on file in the Office of the City Clerk of the City of Carisbad and all c
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is aboa to execute said Contract and the terms there1
require the furnishing of a bond, providing that if Principal or any of their subcontractors shr
fail to pay for any materials, provisions, provender or other supplies or teams used in, upon (
about the performance of the work agreed to be done, or for any work or labor done therec
of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE,WE, Knox Electric, Inc. ,e Principal, (hereinafterdesignatedasthe'Contractor"), and Gul. f Insurance Company
as Surety, are held firmly bound unto the City off Carlsbad in the sum of Forty six thousand
Dollar
($ 46,316.50 ), said sum being fifty percent (50%) of the estimated amount payabl
by the City of Carlsbad under the terms of the Contract, for which payment well and truly to b
made we bind ourselves, our heirs, executors and administrators, successors, or assigns, joint1
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontracto
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, 4
about the pwformance of the work contracted lo be done, or for any other work or labor therec
cf any kind, or for amounts due under the Unemployment Insurance Code with respect to SUC
work or Isbor, or for any amounts required to be deducted, withheld, and paid over to tk
Employment Develcpment Department from the wages of employees of the contractor ar
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respel
?a such work arid ,labor that the Surety will pay for the same, not to exceed the sum specifis
in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expense
and fees, including reasonable attorney's fees, to be fixed by the court, as required by tt
provisions of Section 324.8 of the California Civil Code.
three hundred sixteen and 5O/OO .......................................
211 51 @
fi .li State of California
County of San Dieqo I!
On 6/19/95 before me, Joan Levinson
personally appeared Craig W. Knox
(DATE) (NAMEITITLE OF OFFICER-t.e.'JANE DOE. NOTARY PUBLIC'I
INAMEISI OF SIGNERISI)
fl personally known to me -OR- 0 roved to me on the &asis of satisfactory evidence to be the person(s1 whose name(s) idare subscribed to the
acknowledged to me that he/she/they executed the same in his/her/their a ut ho rized capacity (ies ) , and that by his/her/their signatureb) on the instrument the person(s), or the entity upon behalf of which the person(s)
instrument.
within instrument and
acted# executed the
Witness my hand and official seal.
(SEAL)
RIGHT THUMBPRINT (Option
: I P
CAPACITY CLAIMED BY SIGNE
OINDIVIDUAL(S)
WCORWRATE
OFFICEA(SI Pres . tnnm
OPARTNER(S1 OLlMlTED
OGENERAL
UATTORNEY IN FACT
arnumE(s)
OOTHER:
SQNER 1s REPRESENTING:
(Name of Person(s) orEntitv(iar
box E1ectric J I
OGUARDlANlCONSERVATOR
RtGHT THuMBmtNT (Optional r
0 e e
CAPACITY CLAIMED BY SIGNER
OINDIVIDUAL(S)
OCORPORATE
:I 1' B! 1. before me, Joan Levinson
(DATE1 U'iAMUTITLE CF OFFICER-,.a.-JANE DCE. NOTARY PUBLIC7
personally appeared Karen Knox
INAMEISI OF SIGNERISII
I On 7'12'95 I
i' i
j
1
i er] personally known to me -OR- CI roved to me on the
person(s) whose narne(s) &re subscribed to the
acknowledged to me that he/she/they executed the same in his/her/their
and that by his/her/their signaturefs) on the instrument the personfs), or the entity upon behalf of which the person(s) acted, executed the l?,s::Llment.
gasis of satisfactory evidence to be the I
within instrument and
authorized capacity(ies),
a'
I z
CAI'AClTY CLAIMED BY SIC
O@JDIVIDUAl(S)
ECORPORATE
OFFICER(S1 SeC . musl
OPAATNERISI OLIMITED
OGENERAL
CA~ORNEY IN FACT
CTRUSTEE(SI
nonm ~GUARDIANICONSERVATO
SIGNER IS REPRESENTING:
(Name of Person(r) or Entity
Knox Electric,
RIGHT THUMBPRINT (Opti
I 26
This bond shall inure to the benefit of any and all persons, companies and corporations entitled 1 to file claims under Tile 15 of Part 4 of Division 3 of the Civil Code (commencing with Section u* 3082)* Surety stipulates and agrees that no change, extension of time, atteration or addition to the
terms of the Contract, or to the work to be performed thereunder 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, atterations or addition to the terms of the contract or to the
work or to the specifications. 1
I
I
D
I ....
I
I 0 e...
I
I
I
I
I ....
1
I
1
....
....
....
....
.”..
....
6 -’ ....
....
....
....
....
....
....
....
....
....
2/15/95 I* 6B
In the event that Contractor is an individual, it is agreed that the death of any such Contractc
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 30th Executed by SURETY this 30th dg
CONTRACTOR: SURETY:
day of June ,19=. of June ,193
Knox Electric, Inc. Gulf Insurance Company
(name of Contractor) (name of Surety)
5550 West Touhy Avenue, #400
Skokie, IL 60077
(address of Surety)
By: &dU p h*
(708) 982-9800
(telephone number of Surety)
&,Gl 4 GQ4
?~SlTxz.dT By: ~~.;\&h-%-d.L - j -
(print name here)
i r ii
t
\ \+..Le -_-. -
(title and organization of signatory) (signature of Attorney-in-Factj
-- -- By: Jerome L. Hren
(printed name of Attorney-in-Fact]
Kn,sM 44 4 (3k
(print name here) (attach corporate resolution showing curie^
b, power of attorney) ~w ~~~;~ Lb%) kLc,i,*q
(title and ohanization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached
(President or vice-president and secretary or assistant secretary must sign for corporations.
only one officer signs, the corporation must attach a resolution certified by the secretary c
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM: 1
RONALD R. BALL
City Attorney
By:
2/15/!
ww Attorney
@
Premium: $2,316.0 I 28
FAITHFUL PERFORMANCE/WARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.95-148
adopted June 13, 1995 , has awarded to Knox Electric, Inc. * I
I
I
I
I
I
I
I
1.
I
I
I
I
I
I
, (hereinafter designated as the "Principal"), a Contract for:
TRAFFIC SIGNAL IMPROVEMENTS AT
ALGA ROAD AND EL FUERTE STREET
CONTRACT NO. 3445
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications,
and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad,
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW,THEREFORE,WE, Knox Electric, %nc. ,as Principal,
(hereinafterdesig nated asthe "Contractor"), and Gu 1 f I n s u r an c e company , as Surety, are held and firmly bound unto the City of Carlsbad,
inthesumof Ninety Two Thousand Six Hundred Thirty Three nofQ@----------------
Dollars
($ 92,633.00 1, said sum being equal to one hundred percent (100%) of the estimated
a.mount of the Contract, to be paid to Crty or its certain 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 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 therefor,
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
term of the Contract, or to the work to be performed thereunder 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, afterations or addition to the terms of the contract or to the
work or to the specifications.
....................................................................... -
I
I
2/15/9! I. @
In the event that Contractor is an individual, it is agreed that the death of any such Contrac
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 30th Executed by SURETY this 30th d
day of June ,19 95 . of June ,1995 -
CONTRACTOR: SURETY:
Knox Electric, Inc. Gulf Insurance Company (name of Contractor) (name of Surety)
5550 West Touhy Avenue, 11400
By: Skokie, IL 60077
(address of Surety)
(708) 982-9800
(print name here) (telephone number of Surety)
1
@e5 m%K By: -. (Title and Organization of Signatory)
Jerome L. Hren
(printed name of Attorney-in-Fi&
8 1 ,?&p,p\ ri(*?$O )il
(prfnt name here) '
(Title and Organization of signatoryj'
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attachec
(President or vice-president and secretary or assistant secretary must sign for corporations.
only one officer signs, the corporation must attach a resolution certified by the secretary (
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
(Attach corporate resolution showing curre
power of attorney.) (& ,&?7&& $.&X, 7- &i&/Lt
By:
@@
2/15/!
@
2 90ND NUMBER GE G
NAME, ADDRESS a'TOKWY ARE. PRl"ED GK BkLX fPR'HCIPAL: CITY, STATE, ZIP
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
ORIGINALS OF T SAFETY PAPER WITH TEAL INK. DLTLHCATES SHALL HAKE THE !ME FORCE AND EFFECT AS AN OYWGHNAL ONLY WHEN HS6Li.D EN ONJUNCTION WITH THE OMGINALL.
pany, a corporation duly organized under the laws of the State of Missouri, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993, to wit: "RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have auchority to make, execute and deliver a Power of Attorney constituting as Attorney-in-Fac:, such persons, firms, or corporations as may be selected from time to time; and any such Attorney-in-fac: may be removed and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board OF Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in-fact to sign, execute: acknowledge, deliver or other- wise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and
Gulf Insurance Company does hereby mak.e, constitute and appoint
OX Electric, hC.
3364 He1ix Street, 'ping Vd1ey, 'A 91977 L e
I
EFFECTIVE DATE
CONTRACT AMOUNT
BOND AMOUNT
documents relating to such bonds to whicl? they are attached." $ 92,633.00 Performance $46,316.50 Pa
L , h. \ 1%
Qk--
Jerome L. Hren
'ts true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliv half, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any a ndertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all thc said attorney(s)-in-fact, pursuant to the aul.hority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million (S1,aOO,G.90.00) dollars.
be hereto aExed. IN WITNESS WHEREOF, the Gulf Insurance Compzny has caused these presea& to be signed by any officer of the Company and its Corporate
GULF INSURANCE COMPANY
STATE OF NEW PORK )
COUNTY OF NEW YOBK 1
On this 1st day of February, I994 AD., before me cme Christo r E. *Wa:son, known to me personally who being by me duly sworn, did dep say; that he resides in the County of Wecitchester, S'tate of New York at he is the President of the Golf Insurance Company, the corporation dew
and which executed the above instrument; that he knows the sen! of said corporation; th2.k the seal affixed to the said iwstrmments is such corporate sf it was SO affied by order of the Board of Directors WT said corporation and that he signed his name, thereto by like order.
oper iy+ E. Watson
) $6 fiesident
No. 24-4958634 STATE OF NEW UORM ) Qualified in Wwgs County
COUNTY OF NEW YOIRK )
attached POWER OF ATTOWKEY remains in Fa11 force.
) SS C'OmaPsl. Expires &V@illber 13, 1995
I, the undersigned, Senior Vice Resident of the Golf Hnsrarsnce Compzny, a Misso~ri Corporation, DO HEREBY CERTIFY that the forego
Signed anand Sealed at the City of New York. * Dated the 30th day of June
P-
Lawrence ES. Miniter Senior Vice President
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
San Diego
June 30, 1995 before me, Joelle Hren, Notary Public
DATE NAME TITLE OF OFFICER. E G JANE DOE NOTARY PUBLIC"
personally appeared Jerome L. Hren
NAME(S1 OF SIGNER(S)
kd personally known to me - OR - proved to me on the basis of satisfactory evidenc
to be the person(s) whose name(s) is/ar
subscribed to the within instrument and ac
knowledged to me that he/she/they execute
the same in his/her/their authorize
capacity(ies), and that by his/her/the
signature(s) on the instrument the person(s
or the entity upon behalf of which th
person(s) acted, executed the instrumen
>1 SI Ll
Though the data below IS not required by law, It may prove valuable to persons relying on the document and could prevt
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEN1
Performance & Payment
Bond No. GE5700861 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLEfS)
5
NUMBER OF PAGES
June 30, 1995
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTlTY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
I a+; State 9f California
,i *: !: Coiifity of San Diecro
ii
RIGHT THUMBPRINT (Optmnc
On 7/5/95 before me, Joan Levinson
personally appeared Craig W. Knox
(DATE1 INNAMVTITLE OF OfFlCER-i.a.'JANE DOE. NOTARY PUBLIC'I
INAMEISI OF SIGNER(Sl1 i iI
i ii I
I I !
1
1 a personally known to me -OR- El roved to me on the &asis of satisfactory evidence to be the person(s) whose name(s) dare subscribed to the
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s1 on the instrument the person(s1, or the entity upon behalf of which the person(s)
within instrument and
acted' executed the @!I instrument.
"* i Witness my hand and official seal.
f't \ -cA 'G
(SEAL) 1- (SIGNATUR OF NOTARY)
$
CAPACITY CLAIMED BY SIGNE
OINDIVIDUALIS)
HCORPORATE
OFFICER(SI Pres.
ITITLESI
OPARTNERlSl DLlMlTED
OGENERAL
OATTORNEY IN FACT
OTRUSTEE(S)
OOTHER:
SIGNER 1s REPRESENTINO:
(Name of Person(s) orEnttty(ie
Knox Electric, 11
OGUARDlANlCONSERVATOR
R!GHT THUMBPRINT (Option
~ CAPACITY CLAIMED BY SIGN1
OINDIVIDUAL(S)
DCORPORATE
*
OFFICER(S) ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional.
unauthorized document. Performance/Payment
ITITLESI
It could, however, prevent fraudulent attachment of this certificate to any OPARTNER(S1 OLlMlTED
OATTORNEY IN FACT
OTRUSTEE(S1
OGUARDlANlCONSERVATOR
OGENERAL
THIS CERTIFICATE
MUST BE ATACHED
TO THE DOCUMENT Numbsrof Pegs8 5 Date of Document
DESCRIBED AT RIGHT:
Title or Type of Document Bond No - GE 5 7 o o 8 s 1
6/30/95 OOTHER:
SignerM Omsr Than Named Above
SIGNER IS REPRESENTING:
(Name of Person(8) or Entity(ia
woLcorrs FORM 63240 Rev. 3-84 [price Cims 8.2~ @%sw WOLCOTTS FORMS, INC. c Au PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClMlREPRESENTATlONrrWO FINGERPRINTS
IDATE) wmEmnE OF OFFICER-~.~.-JANE DOE. NOTARY PUBLIC-i
personally appeared Karen Knox
PlAMElSl OF SIGNERIS11
i i jl CAPACITY CLAIMED EV Si01
OlNOlVlOUALlS)
I
OFFICER(SI Sec . personally known to me -OR- 0 roved to me on the mms gasis of satisfactory OPARTNER(S1 OLIMITED evidence to be the OGENERAL person(s1 whose name(s1 is/are subscribed to the omusTEEis)
acknowledged to me that DOTHER: he/she/they executed the same in h is/he r/t h e i r
signature(s) on the instrument the personbf, or the entity upon behalf
CATTORNEY IN FACT
within instrument and OGU AROlANlCONSERVATOI
authorized capacity(ies), SIGNER IS REPRESENTINQ: and that by hjs/her/their (Name of Person(i) or Entity((
Knox Electric,
1 1'
of which the person(s) acted' executed the
NOTARY PUBLIC-CALIFORNIA ins:r:ment.
SAN DIEGO COUNTY
Witness my hand and official seal.
ISEAL)
&ORPORAT€
RIGHTTHUMBPRINT (Optic
~
a. .
CAPACtTY ClAlMED BY SlQl
OINOIVIOUAL(S)
Arthur J. Gallagher & Co.
35 Ruffin Road n Diego CA 92123
ER'S & CONTRACTOR'S PROT
MXA8 0 13 9 88 6
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
0
Insured: &ox Electric, Inc.
Company: Pacific Insurance Company Ltd.
Policy No.: ZI0002397
BLANKET ADDITIONAL INSURED ENDORSEMENT
It is agreed that WHO is AN INSURED (Section 11) of this policy is amended to
include any person, organization, trustee, estate or governmental entity to whom or
to which “you” have consented, by virtue of a written agreement or by the issuance
or existence of a permit to provide insurance such as is afforded by this policy, but
only as respects “your” liability and negligence for operations performed by “you”
or on “YOUT~’ behalf or to facilities used by “you”, but only with respect to
occurrences taking place after such written contract or agreement has been
executed, and then only for the limits of liability specified in such contract, but in
no event for limits of liability in excess of the applicable limits of liability of this
policy.
e
0
0
SCHEDULE
Businersls Auto Additional Insured:
The person or orgdzation shown in the schedule is an Additional Insured
under this policy but ody to the extent that the person or organization is
liable far the conduct 06 an insured as defined in sub paragraphs A and R of
Section U, paragraph A.l, “who is an insured” of this p~licy.
Additional Imzxred:
City sf Carlsbad
1280 CEerlsbad Village Drive
Cwhbad, Ca 92008
e
1.
I_-I.-- - _”. . . . . .
e
Insured: Knox Electric, Inc.
Company: Pacific Insurance Company Ltd.
Policy No.: ZI0002397
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE
PART
ADDITIONAL INSUREDS-BY CONTRACT, AGREEMENT OR
PERMIT
The following paragraph is added to SC02- 109 1, Special Broad Form
Commercial General Liability Endorsement, 1. Additional Insureds - By
Contract, Agreement or Permit:
0
c. Coverage is provided by the policy to Additional Insured(s) shall be
primary insurance and any other insurance maintained by the
Additional Insured(s) shall be excess and non-contributory, but only
as respects any claim or liability determined to be the result of the
sole negligence or responsibility of the Named Insured(s).
e
1..
A -P
0 ..
CIW OF C%UBAD SURPLUS I.INP. BROKER AFPtDAVTT
Broker Name: ARTI;li2 J. GALLAGIXR c CO.
Address: P.O. BOX 609 336
tXy/Scate/zig: SAN DIEGO, CR 92160
Duc: JULY 11, 1995 -..-- - TRAFF IC SI GNAL IFlPIIO~/E:FII:,NTS AT ALGA ROAD AND
T. Project Name: FT FJmTT -4 ,qTTJrAJX 4-
Tygc of Inrunnee: GENERAL LIABILITY
4 co.
C"Contmctor"1 wtro t required to provide inrwatlca wdcr the specifhatied
of thc above eoruxact. I further certify t)lu a1 +ku of Record for Conuactor, I have contacted the trcunnce c~npnhr lttcd below, dl of whom meet fhc Chy's rrquimnents included in
Resolution No. md all of whom have rcfudcd to wrist thc required poky due to the type of risk fnuolvcd.
Insurance Carrim
1 e&y ht ARTlIUR J. GkXAG!ICR t & &okuof&& fOr ~<~~o~ ELECTziC. 11,
REL IAhCE INSURAXCI: CO .
Name of Contact: GEORGE COROLLA
Mdrur: P.O. JOX 6917, FKEEI3.L YV!L:Y, tVLZ 35362
0
Dm: 2/95
Rearon fat Rebd UNDE~VRITING REASON.
<
8&s Rsting A-XI Liacd by State truuronce i YES - Cozaariuionu (Ya/No]
rnstaancccurfu; C I GN4
LINDA ENDRESS Name of Contact: _.
Mdnr!:
Daw: . 3/95
Best's Rnring A-xI 11 w by State Insumnee YES
3131 CAMIN0 DEL RIO N #1250
Rwn for M *UNDERP~RITING RE-'iISON
4
~isriontt (YedNo) 0
L86tPZitr:aI EIN ISHI 17 ZO'd IOO'ON TE:6 S6rTI 7nC
a,
*I ., I
4 c . rnrtamn cam= I-iART F 0 RD -. e N8%e of contact! JERRY CAi-I1 LL
Clridrr*s: P.0. BOX 4915,- DIA?fOXD BES., CA 91765
Date; 4/95
0cdB R-8 A+XV WbySatefnrurrnn -YES
U N D E RiV R I T I N G ?EA S 0 N Rmun for Refusah
ccmmi&llrr (YdNo)
PAC IF I c Ii\ISTJ;ll?i\JGE
Cowtor b rtquesw that the CSty .fccpI COM,Pi?.NY - LTD . comprny wh fa a surplus
line ctRiL?r having an A-:V at bcnv rdnp in the mmt recent Mtue of &&'a R&*w Guide and
who hu an office wgrhfn the Stare of Cdtifornfr at &e €oUwing address k order M ckt sewice
of pace#*
Nama of Surplur tinrcaml#:
Addrcr,;
CifyBtatdzip:
Address to &ece Scwfce of procc# wichin tht State of Califorah
PACIFIC INSURPiNCE COMPANY, LTD.
2030 TIAIN STREZT, SUITE 500
IXVINE, CA 92711
Name: SUE DOUGLASS
Mdrcss;
citymBte/Zip: h
I cUPfY under penalty of pdw theJ the fotegcrtrg faca arc true ad CO~CCL
Dared:
Sipdl
0
2630 MAIN STRCZT, SUITE 50C
IRZTINE, CA 9271b
e
rl86ibfp;ar 9N I SdH: fO'd TOO'ON Z€:6 %,TI 1~f
I
I-
6
I
1
I
I
I
I
I
1
City of Carlsbad
Purchasing Department
Representation and Certification
The following representation and certification are to be completed, signed and returned with proposal.
REPRESENTATIONS: Mark all applicable blanks. This
offeror represents as part of this offer that the ownership,
operation and control of the business, in accordance with the
specific definitions listed below is:
I am currently certified by:
Certification #:
!*
I (Check appropriate Ethnic Ownership Type) CERTIFICATION OF BUSINESS REPRESENTATIO
Mark all applicable blanks. This offeror represents a
of this offer that:
This firm is , is not -g
minority business.
This firm is , is not -X
woman-owned business.
WOMAN-OWNED BUSINESS: A woman-owned bus
a business of which at least 51 percent is owned, cc
and operated by a woman or women. Controlled is de
exercising the power to make policy decisions. Ope
defined as actually involved in the day-to-day managl DEFINITIONS:
MINORIN BUSINESS ENTERPRISE: "Minority Business" is
fined as a business, at least 51 percent of which is owned, ((be perated and controlled by minority group members, or in the
case of publicly owned businesses, at least 51 percent of
which is owned, operated and controlled by minority group
members. The Small Business Administration defines the
socially and economically disadvantaged (minorities) as Black
American, Hispanic American, Native Americans (Le. American
Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-
Pacific Americans (Le., US. Citizens whose origins are from
Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam,
the US. Trust Territories of the Pacific, Northern Marianas,
Laos, Cambodia and Taiwan).
CERTl FICATION:
The information furnished is certified to be factual and correct as of the date submitted.
KNOX E/@C-T RlC. /&E. COMPANY NAME
3&Y %?EL/ x S"K 1 ADDREZS I CITY, STATE AND ZIP 4peZ.Jc- //I& L-LEY; cfl %e77
(6P'W YL 1'-> 700
TELEPHONE NUMBER
2/15/95
1
I
I* @
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 who!
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" ar
whose addre!
is hereinaft
called "Contractor* and Who!
address is hereinaft
called "Escrow Agent.'
For the consideration hereinafter set forth, the Ci, Contractor and Escrow Agent agree z
follows:
1. Pursuant to Section 22300 of the Public Contract Code of the State of California, tt
contractor has the option to deposit securiiies with the Escrow Agent as a substitute f(
retention earnings required to be withheld by the City pursuant to the Construction Contra(
entered into between the City and Contractor for
in the amount of dated (hereinafter referred 1
as the "Contract"). Alternatively, on written request of the contractor, the City shall maE
payments of the retention earnings directly to the escrow agent. When the Contractc
deposits the securities as a substitute for Contract earnings, the Escrow Agent shall noti
the City within 10 days of the deposit. The market value of the securiiies at the time of tt-
substitution shall be a least equal to the cash amount then required to be withheld E
retention under the terms of the contract between the City and Contractor. Securiiies shr
be held in the name of the , and shall designate tt-
Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwis
would be withheld from progress payments pursuant to the Contract provisions, provide
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 escro
agent shall hold them for the benefit of the contractor until such time as the escrow create
underthis contract is terminated. The contractor may direct the investment of the paymenl
into securities. All terms and conditions of this agreement and the rights an
responsibilities of the parties shall be equally applicable and binding when the City pay
the escrow agent directly.
The contractor shall be responsible for paying all fees for the expenses incurred by th
Escrow Agent in administering the Escrow Account and all expenses of the City. Thes
expenses and payment terms shall be determined by the Ci, Contractor and Escrol
Agent.
4.
211 51:
@
I 32
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.
I
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by wriien 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
I*
I 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’ wriien notice to the Escrow Agent from the City of the
default, the Escrow Agent shall immediately convert the securiiies 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 securiiies 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 securiiies 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 (4) to (6), inclusive, of this agreement and the City and Contractor
shall hold Escrow Agent harmless from Escrow Agent’s release, conversion and
disbursement of the securiiies and interest as set forth above.
I
I
E
E
I ....
1
0
1
I
R ....
1
I
m
1. ....
....
....
....
....
....
....
....
....
....
2/15/9f I* @
10. The narnes of the persons who are authorized to give written notices or to receive writte
notice on behalf of the City and on behaUf of Contractor in connection with the foregoin
and exemplars of their respective signatures are as follows:
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Tdle
Name
Signature
Address
2/15/r @
U 34
1
E
8
1
1
E
8
II
1
E
B
6
8
1
1
At the time the Escrow Account is opened, the Ci 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.
0
For City: Title
Name T Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name I. Sig nature
Address
2/15/9! 1. @
RELEASE FORM
THIS FORM SHALL BE SUBMllTED PRIOR TO APPROVAL OF MONTHLY PROGRES
PAYMENTS.
NAME OF CONTRACTOR:
PROJECT DESCRl PTI ON:
PERIOD WORK PERFORMED:
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WORWCLAIMS
DESCRIPTION OF DISPUTED WORK/CIAIM AMOUNT CLAIMED
IOR ESTIMATE)
Contractor further expressly waives and releases any claim Contractor may have, of whatevc
type or nature, for the period specified which is not shown as disputed work/claim on this forn
This release and waiver has been made voluntarily by Contractor without any fraud, duress (
undue influence by any person or entity. Contractor is referred to paragraph 4 of the Pub1
Works Contract.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and WOI
due Subcontractors for the specified period will be paid according to Public Contract Cod
Section 20104.50 and Business and Professions Code Section 7108.5 and that the partie
signing below on behalf of Contractor have express authority to execute this release.
DATED:
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc
By:
Title:
By:
Title:
211 512
@
36
SPECIAL PROVISIONS
I
I
1. SUPPLEMENTARY GENERAL PROVISIONS
To STANDARD SPECIFICATIONS I. FOR PUBLIC WORKS CONSTRUCTION
E SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS. AND SYMBOLS
To subsection 1-1, add the following
A. 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.
B. 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 Crty Engineer," E unless stated othewise.
8
I
T
I'
@a
c1
6
I
I
1
T
C. 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.
D. Perform and Provide:
The word 'perform' shall be understood to mean that the Contractor, at her/his 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
her/his expense, shall furnish and install the work, complete in place and ready to use, including
furnishing of necessary labor, materials, tools, equipment, and transportation.
To subsection 1-2, make the following modifications:
Agency - the Crty of Carlsbad, California
Engineer - the City Engineer for the City of Carlsbad or his approved representative
I
I
2/15/95 I. @
SECTION 2 - SCOPE AND CONTROL OF THE WORK
To subsection 2-4, make the following modifications:
Delete the third sentence of the first paragraph having to do with a surety being listed in th
latest revision of U.S. Department of Treasury Circular 570.
To subsection 2-4, delete paragraphs three and four and replace with the following:
The Contractor shall provide a faithful performance/warranty bond and payment bond (labor an
materials bond) for this contract. The faithful performance/warranty bond shall be in the amoui
of 100 percent of the contract price and the payment bond shall be in the amount of 50 percet
of the contract price. Both bonds shall extend in full force and effect and be retained by the cil
during the course of this project until they are released according to the provisions of thi
section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 3
days after recordation of the Notice of Completion and will remain in full force and effect forth
one year warranty period and until all warranty repairs are completed to the satisfaction of th
Engineer.
The payment bond shall be released six months plus 35 days after recordation of the Notice c
Completion if all claims have been paid.
To subsection 2-4, add the following:
All bonds are to be placed with a surety insurance carrier admitted and authorized to transac
the business of insurance in California and whose assets exceed their liabilities in an amour
equal to or in excess of the amount of the bond. The bonds are to contain the followin!
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.
A certified copy of the certificate of authorrty of the insurer issued by the insurancl
commissioner. 2)
If the bid is accepted, the City may require a financial statement of the assets and liabilities c
the insurer at the end of the quarter calendar year prior to 30 days next preceding the date o
the execution of the bond. The financial statement shall be made by an officer's certificate a!
defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financis
statement may be verified by the oath of the principal officer or manager residing within thc
United States.
2/15/9
@
38
To subsection 26.1, add the following:
The Construction Plans consist of seven (7) sheet@) designated as City of Carlsbad
Drawing No. 339-8. The standard drawings utilized for this project are the latest edition of the
San Dieno Area Regional Standard Drawinas, hereinafter designated SDRS, as issued by the
San Diego County Department of Public Works, togetherwith the City of Carlsbad Supplemental
Standard Drawings.
To subsection 2-5.3.2, add the following:
Where installation of work is required in accordance with the product manufacturer's direction,
the Contractor shall obtain and distribute the necessary copies of such instruction, including two
(2) copies to the City.
Add the following subsection:
2-5.4 Record Drawings:
The Contractor shall provide and keep at the project site an up-to-date set of "as-built" drawings.
The drawings shall be corrected 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 Crty at cost. This set of drawings shall be used only as a record set and shall
be delivered to the Engineer upon completion of the work.
To subsection 26, add the following:
The work to be done consists of signalizing an intersection, along with signing, striping, and
minor concrete, asphakt, and fence work, as shown on the plans. The Contractor shall furnish
all materials required by this contract and provide the necessary labor and equipment to
complete the operations specified herein.
Delete subsection 2-9.1 and replace with the following:
2-9.1 Permanent Survev Markers
The Contractor shall not disturb permanent survey monuments or benchmarks without the
consent of the Engineer. Where the Engineer concurs with the Contractor that protecting an
existing monument in place is impractical, the Contractor shall employ a licensed land surveyor
to establish the location of the monument before it is disturbed. The Contractor shall have the
monument replaced by a licensed land surveyor no later than thirty (30) days after construction
is completed.
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. Monument frames and covers shall be protected during street sealing
or painting projects or be cleaned to the satisfaction of the Engineer. The Contractor shall not
be entitled to any additional compensation for the work required by this subsection.
I
a
1
8
I
!
I
t
I s
I
I
t
I
E
d
1
4 0
2/15/95 I* @
SECTION 3 - CHANGES IN WORK
To subsection 3-5, add the following:
All claims by the contractor for $375,000 or less shall be resolved in accordance with tt
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1.5 (commencir
with Section 20104) which is set forth below:
Article 1.5 Resolution of Construction Claims
20104. (a)(l) This article applies to all public works claims of three hundred seventy-fi\
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 contract(
and a public agency when the public agency has elected to resolve any disputes pursuant ..
Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) 'Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Codc
except that 'public work" does not include any work or improvement contracted for by the stat
or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) paymer
of money or damages arising from work done by, or on behatf of, the contractor pursuant to th
contract for a public work and payment of which is not otherwise expressly provided for or th
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by th
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans c
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1 , 1991.
20104.2 For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate th
claim. Claims must be filed on or before the date of final payment. Nothing in this subdivisio.
is intended to extend the time limit or supersede notice requirements otherwise provided b!
contract for the filing of claims.
(b)(l) For claims of less than fifty thousand dollars ($5O,OOO), the local agency shall responc
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 o
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 pursuan
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 bt
submitted to the claimant within 15 days after receipt of the further documentation or within z
period of time no greater than that taken by the claimant in producing the additional information
whichever is greater.
(c)(l) For claims of over frfty thousand dollars ($5o,OOO) and less than or equal to thret
hundred seventy-five thousand dollars ($375,00), the local agency shall respond in writing tc
all written claims within 60 days of receipt of the claim, or may request, in wriiing, 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.
2/15/9!
@
40
(3) The local agency’s wriien 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 wriien response, or the local agency fails to
respond within the time prescribed, the claimant may so notify the local agency, in wriiting, 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 wriien 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. (9 This article does not apply to tort claims and nothing in this article is intended nor shall
be construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of
Division 3.6 of Title 1 of the Government Code.
201 04.4. 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 nonbinding 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)(l) 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 1 141.1 1 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 11 41.10) 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, gay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the
mediation or arbitration process.
a
.JI) II
t
I
I
&
i
IB
1
E
I
1
8
I
1
I
E
8 0
2/15/95 8. a3
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which
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 ra
on any arbitration award or judgment. The interest shall begin to accrue on the date the suit
filed in a court of law.
SECTION 4 - CONTROL OF MATERIALS
Add the following subsection:
4-1.3.1 Inspection Reauirements
Contractor shall furnish Engineer with such information as may be necessary to keep him ful
informed regarding progress and manner of work and character of materials. Inspection of wo
shall not relieve Contractor from any obligation to fulfill this Contract.
Delete subsection 4-1.4, and replace with the following:
4-1.4 Test of Material
Except as specified in these Special Provisions, the Agency will bear the cost of testing materia
and/or workmanship where the results of such tests meet or exceed the requirements indicate
in the Standard Specifications and the Special Provisions. The cost of all other tests shall I:
borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall be approve
by him before the delivery is started. All materials proposed for use may be inspected or teste
at any time during their preparation and use. If, after trial, it is found that sources of supp
which have been approved do not furnish a uniform product, or if the product from any sourc
proves unacceptable at any time, the Contractor shall furnish approved material from othc
approved sources. After improper storage, handling or any other reason shall be rejected.
Compaction tests may be made by the City and all costs for tests that meet or exceed th
requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Enginee
The costs of any retests made necessary by noncompliance with the specifications shall b
borne by the Contractor.
SECTION 5 - UTILITIES
To subsection 5-1, add the following:
The City of Carlsbad 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 th
work. However, the accuracy of completeness of the utilities indicated on the Plans is nc
guaranteed.
211 5/<
a9
42
To subsection 5-4, add the following:
The temporary or permanent relocation or alteration of utilities, including service connection,
desired by the Contractor for hidher own convenience shall be the Contractor's own
responsibility, and hdshe shall make all arrangements regarding such work at no cost to the
City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities which interfere with the construction, the Contractor, upon request to the City, may be
permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted
shall be constructed by the Contractor immediately following the relocation of the utility involved
unless othewise directed by the City.
1 e
d
I
I
II
1
I
1
1
i
1
1
8
s,
1
e
SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK
Delete subsection 6-5 and replace with the following:
6-5 Termination of Contract
Grounds for termination of the contract by the City include failure of the City or Contractor to
obtain necessary permits from other governmental agencies, or unreasonable delay caused by
enforcement of laws and regulations by other public agencies, including but not limited to,
enforcement of the Endangered Species Act and other similar laws.
Delete subsection 6-7.1 and replace with the following: 8 6-7.1 General
The Contractor shall begin work within thirty (30) calendar days after receipt of the "Notice to
Proceed" and shall diligently prosecute the work to completion within thirty (30) consecutive
working days once construction begins.
To subsection 6-7.2, add the following:
Hours of work - All work shall be performed between the hours of 7:OO a.m. and 530 p.m. The
Contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours
state herein.
Contractor may work during Saturdays and holidays only with the written permission of the
Engineer. This wriien permission must be obtained at least 24 hours prior to such work.
To subsection 6-8, add the following:
All work shall be guaranteed for one (1) year after the filing of a 'Notice of Completion' and any
faulty work or materials discovered during the guarantee period shall be repaired or replaced
by the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall
be retained as a warranty bond for the one year warranty period.
I
2/15/95 I. @
Add the following subsection:
68.1 Nonconformina Work
The Contractor shall remove and replace any work not conforming to the plans or specificatioi
upon wriien order by the Engineer. Any cost caused by reason of this nonconforming wo
shall be borne by the Contractor.
Delete subsection 6-9 and replace with the following:
6-9 Liquidated Damacres
Failure of the Contractor to complete the work within the time allowed will result in damage
being sustained by the Agency. Such damages are, and will continue to be, impracticable ar
extremely difficutt to determine. Therefore, if the completion date is not met, the Contractor h
be assessed the sum of $500 per day for each day beyond the completion date as liquidate
damages for the delay. Any progress payments made after the specified completion date shi
not constitute a waiver of this paragraph or of any damages.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
To subsection 73, add the following:
All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of s
least A-:V and are authorized to conduct business in the state of California and are listed in th
official publication of the Department of Insurance of the State of California.
To subsection 7-4, add the following:
All insurance is to be placed with insurers that are authorized to conduct business in the stat
of California and are listed in the official publication of the Department of Insurance of the Stat1
of California. Policies issued by the State Compensation Fund meet the requirement fc
workers' compensation insurance.
To subsection 75, add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
To subsection 7-8.1, add the following:
If the Engineer determines that clean-up or dust control is required on the project, thc
Contractor shall provide it without regard to time of day, day of week, Contractor holiday, Cit)
holiday, or legal holiday.
2/15/9!
@
1 To subsection 7-8.5, add the following:
The Contractor shall obtain a temporary water meter from the appropriate water authority to
record the amount of water used for the construction of this project. The Contractor shall not
draw water from any source that is not metered. The cost of the meter and water is incidental
to the work and the Contractor shall not be entitled to any additional compensation for the meter 0 I
1
1
I
1
1.
I
i
E
1
1
t
c rental/deposit or water.
To subsection 7-9, add the following:
Prior to performing any work at the northwest corner of the intersection, the Contractor shall
construct a temporary dam on the slope behind said corner no more than 10 feet from the face
of curb. The dam shall be a minimum of 2 feet high and shall be capable of retaining any
material that inadvertently falls down the slope during construction. The dam is considered
incidental to the work and the Contractor shall not be entitled to any additional compensation
for its construction.
Add the following subsection: t 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 Clty Noise Control Ordinance No.
31 09, Carlsbad Municipal Code, Chapter 8.48.
Delete subsection 7-1 0.2 and replace with the following:
7-10.2 Storaae of Equipment and Materials in Public Streets
Material shall not be stored in public streets. Equipment may be parked in the lane temporarily
closed to traffic. All equipment shall be removed from the site the day the project is completed.
Add the following subsection:
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shalU 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.
1
I SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section.
211 5/95 I. e3
e
SECTION 9 - MEASUREMENT AND PAYMENT
To subsection 9-3.2, make the following modification:
Delete the second sentence of the third paragraph having to do with reductions in amount t
retention.
2/ 1 5/9!
a9
I 46
II. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION MATERIALS I
1.
I
1
I
0
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be Class II aggregate base conforming to Section 26-1.02A, Caltrans
Standard Specifications, July 1992.
I.
201-1 PORTLAND CEMENT CONCRETE
Modtfy Section 201 -1 3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown in following table:" Also
delete table. I 203-6 ASPHALT CONCRETE
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's field laboratory.'
Last paragraph, add after D 2172: 'method A or 8.'
Modify Section 2038.8, Miscellaneous Requirements, as follows:
Add the following: "Open graded asphatt concrete stored in excess of 2 hours, and any other
asphatt concrete stored in excess of 18 hours, shall not be used in the work.'
'
E Add the following subsection:
206-7 REFLECTIVE SHEEllNG ALUMINUM SIGNS
206-7.1 General. Materials, legend, proportion, size and fabrication of all signs used for the
direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic shall
conform to the requirements of, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993", sheets one through five that accompany "SPECIFICATIONS FOR REFLECTIVE
SHEETING SIGNS, October 1993' of dimensions and details, dated April 1987 and ,"OPAQUE
COLOR CHART", dated February 1980 all published by the State of California, Department of
Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks
Drive, Sacramento, CA 95819 and as modified herein. Where the, "SPECIFICATIONS FOR
REFLECTIVE SHEETING SIGNS, October 1993", require the contractor or supplier to notify the
Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a
quality control program or to allow testing, approval, observation of manufacturing or assembly
operations by the State of California, Department of Transportation and/or its employees or
officials such rights shall be vested in the Engineer.
J
I
1
I
I
1
I
2/15/95
€?3 1.
1
206-7.2 Sign Identification. Modity the , "SPECIFICATIONS FOR REFLECTIVE SHEETIN(
SIGNS, October 1993', as follows. Sign identification shall be as per "SPECIFICATIONS FOf
REFLECTIVE SHEETING SIGNS, October 1993' except that the notation shall be, "PROPERT
OF THE CITY OF CARLSBAD'.
206-7.3 Drawings. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS
October 1993", as follows. Standard signs shall be as per the most recently approved
"APPROVED SIGN SPECIFICATION SHEETS" of the State of California, Department c
Transportation. The date of approval shall be the date most closely preceding the date (
manufacturer of the sign(s) or the date of the "Notice to Proceedn of this contract whichever I
the most recent.
206-7.4 Reflective Sheeting. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETIN(
SIGNS, October 1993', as follows. All warning signs and all regulatory signs, excepting on1
those hereinafter listed shall be fabricated with type Ill encapsulated lens sheeting conformin
to the requirements of this specification. All other signs included in this section and listed belo\
shall be fabricated with type II encapsulated lens sheeting conforming to the requirements c
this specification. Regulatory signs which shall be fabricated with type II encapsulated len
sheeting are: R5, R24 through, and including R32B, R47 through, and including RR53C, R62
through, and including R62D, R74 through, and including R96C and R99 through, an
including R105A.
206-7.5 Substrate. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGN!
October 1993", as follows. All signs used for the direction, warning and regulation of vehic
(including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following subsection:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS
206-8.1 General. This section pertains to 10 gage and 12 gage cold rolled steel perforatc
tubing used for the support and stabilization OF signs. All shapes shall have a galvanized fink
and shall be cold roll formed steel conforming to ASTM Designation A-446 Grade 1
Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be perform€
after all forming and punching operations have been completed. Cold rolled steel perforatc
tubing shall be perforated on all four faces with 7/16" holes on one inch centers.
2064.2 Tolerances. Wall thickness tolerance shall not exceed +.011, - .005 inch. Convexi
and Concavity measured in the center of the flat side shall not exceed a tolerance of +.010 inc
applied to the specific size determined at the corner. Straightness tolerance variation
straightness shall not exceed 1/16" in 3 feet. Tolerance for corner radius is 5/32' 51/64". We
flash on corner welded square tubing shall permit 9/64" radius gage to be placed in the cornc
Using 10 gage (.135) or 12 gage (.105) square tube, consecutive size tubes shall telescol
freely for ten feet. Tolerance on hole size is *1/64' on a size. Tolerance on hole spacing
*l/W in 20 feet. In addition for the following specific sizes of light gage steel tubing dimension
tolerances shall not exceed those listed in the following tables.
2/15 @
48
TABLE 208-8.2 (A)
Tolerance on Size
0 Nominal Outside Outside Tolerance for
Dimension, Inches
1x1 *.005
1-1/4 X 1-1/4 *.om
1-1/2 x 1-1/2 *:.om
1-3/4 X 1-314 *.m
2x2 *.008
2-3/16 X 2-3/16 h010
2-114 X 2-114 1.01 0
2-1/2 x 2-1/2 1.01 0
2x3 LO1 0
II
E
I
I
1
1
I
1
I
I
II
8
I
I
I
R
All Sides at Corners, Inch
TABLE 208-8.2(8)
Squareness of Sides and Twist
Nominal Outside Twist Permissible
Dimension, Inches Squareness in 3 Ft., Inch+
1 x1 *.om .os
1-114 X 1-114 *.007 .om
1-1/2 x 1-112 *,.m * 050
1 -3/4 x 1 -3/4 bo1 0 .062
2x2 1.01 2 .062
2-3/16 X 2-3/16 ~014 .062
2-114 X 2-114 *.014 .062 1 0 2-1/2 x2-1/2 k.015 .075
2x3 k.018 .075 * tubing may have its sides failing to be 90" to each other by the tolerance listed.
+ Twist is measured by holding down the edge of one end of a square tube on a surface plate
with the bottom side of the tube parallel to the surface plate, and noting the height that either
corner on the opposite end of the bottom side is above the surface plate.
206-8.3 FASTENERS. Fasteners used to assemble cold rolled steel perforated tubing shall be
steel "pull-through" electrogalvanized rivets with 318" diameter shank, 7/8" diameter head and a
grip range of from 0.200" to 0.356". The fasteners shall conform to ASTM 5633, type Ill SCI. e
2/15/95 I* @
Ill. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION FOR CONSTRUCTION METHODS
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
Delete subsection 303-5.5.1 and replace with the following:
303-5.5.1 General
Finishing shall be completed as specified herein for the type of work being performed. Tt
concrete shall be finished true to grade and cross section. Upon completion, the curb face ar
gutter flow line shall be free of any uneveness greater than 0.25 inch when checked with a 1
foot straight edge. The 10 foot straight edge shall be furnished by the Contractor and shall t
at the project site prior to the commencing of the placing of the concrete.
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
Delete subsection 306-1.3.4 and replace with the following:
306-1.3.4 Compaction Requirements
Except as specified otherwise, all trench backfill shall be mechanically compacted to a minimu
of 90% relative compaction.
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
Delete this section and replace with Chapter 86, Caltrans Standard Specifications, July 1992
86-1 GENERAL
86-1.03 Equipment List and Drawinas, modify as follows:
Delete the last sentence of paragraph 2 and add new sentence as follows:
The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on tt
cabinet door, shall be combined into one drawing (24'x36') and placed in a heavy duty plast
envelope and attached to the inside of the controller cabinet door so that when the cabinet do
is open the drawing is oriented with the intersection. The mylar transparency will be submittt
to and retained by the agency.
2/15/ @
f 5c
I
I
8
I
1
1
I
R
1
I
I
E
I
I
I
t
Add paragraph 5 as follows:
The Contractor shall furnish two each maintenance and operation manuals for all new controller
units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The
maintenance and operation manuals may be combined into one manual. The maintenance
manual or combined maintenance and operation manuals shall be submitted to the engineer
at the time of signal turn on. The maintenance manuals shall include, but need not be limited
to, the following item:
0
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Trouble-shooting procedure (diagnostic routine) (9 Block circuit diagram
(g) Geographical layout of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
Add paragraph 6 as follows:
As-Built Drawinas
"As-Built" construction plans shall be provided by the Contractor to the City of Carlsbad within
five (5) working days after completion of the project. Two (2) redline copies shall be provided
with changes shown in a contrasting color to the original contract work. Details to be shown
on the as-buitt plans shall include, but not be limited to, location, type and installed depth of
conduit runs, location of loops under overlay, location of pull boxes, changes made to signal
and lighting poles, and any changes made to traffic signal equipment. As-built plans shall be
signed and dated by the Contractor and approved by the Clty.
86-1.04 Warranties, add the following:
The contractor shall warrant the work against defects in materials or workmanship for a period
of one year from the date of acceptance of the work.
86-1 -05 Maintainina Existina - and Temporaw Electrical Svstems, delete paragraphs 3 and 4.
Payment for maintaining existing and temporary electrical systems shall be included in the
appropriate bid item.
86-1.06 Schedulina of Work, add the following:
Unless otherwise approved by the Engineer, the Contractor shall QOJ perform sub-surface work
consisting of the installation of conduit, foundations, and detectors, prior to receipt of &
electrical materials and equipment. Materials shall not be stored on-site unless approved by the
Engineer.
Detector loop installation shall take place immediately after asphalt pavement grinding and/or
base course paving and prior to A.C. surface course.
8
2/15/95 I. @
All new signage shall be installed and covered prior to signal turn-on. All existing signage 4
be removed shall be removed or covered the day of signal turn-on. All existing legends to t
removed shall be removed the day of signal turn-on. New legends and striping shall t
completed no later than the day after turn-on or as approved by the Engineer. Crosswa
markings shall be completed no later than two (2) days after signal turn-on or as approved t
the Engineer.
Contractor shall coordinate relocation or modification of any utillty facilities with the respecti\
utility company.
All signal operation coordination shall be made with the Engineer three (3) working days pric
to construction. This includes all signal flash operations, bagging of signal heads, and reci
settings due to cutting of loops, signals modifications, and blocking of lanes.
Unless otherwise approved by the Engineer a minimum of one lane of traffic shall be maintain€
in each #irection at all times.
86-2 MATERIALS AND INSTALLATION
86-2.01 Excavating and Backfill, delete paragraph 3; add Section 306-1.3, Backfill an
Densification, S. S. P.W.C.
86-2.02 Removing and Replacina Imtxovements, Sections 306-1.5 and 7-9 of the S.S.P.W.(
shall apply in addition to this Section.
86-2.03 Foundations, delete first paragraph; add the following:
Street light foundations shall be anchor base type in accordance with S.D.R.S.D. E-1.
Concrete for foundations shall be 560-C-3250 per Section 201-1, S.S.P.W.C.
Delete reference to 'Section 4-1.030" in paragraph 18 and substitute "Section 3-3, Extra Worl
S.S.P.W.C."
To the first sentence of the last paragraph substitute "3 feet' for '0.5 foot'.
86-2.05A Material, add the following:
Rigid non-metallic conduit shall be used for all installations.
86-2.05C, Installation, add the following:
Location of conduit runs on the plans are diagrammatic only and the actual run locations ar
subject to the approval of the engineer.
2/15/!
@
1
I
I
I
I
I
I
B
1
1.
I:
I
1
I s
1
1
52
Conduit runs other than street crossings will be limited to the right-of-way behind curb unless
otherwise approved by the Engineer, Where a new asphalt overlay will be done, conduits may
be installed in the street under the future overlay utilizing open cut methods. Trenches in the
street utilizing the rock-wheel method shall be backfilled with 190-E-1 OOO concrete slurry, except
the top 0.12-foot by the end of each work day. The top 0.12-foot shall be backfilled with asphalt
concrete placed flush with the existing finished AC grade.
Damaged surface improvements shall be replaced by the contractor at his expense.
Depth of conduit for all installation methods shall be 30" in the street and 18" behind curb
minimum.
Conduit shall be installed utilizing the bore and jack method under existing PCC improvements
and under existing AC improvements when no new overlay will be done. After boring the hole
and prior to removal of the boring tool, UL listed heavy wall schedule 40 PVC conduit shall be
pulled back through the bored hole. A suitable sized drill bit for the conduit size being bored
and jacked shall be used as approved by the Engineer.
Three inch minimum conduit shall be utilized for all street crossings when cable is required.
Note is made that each parcel is likely to have water, gas, sewer and other utility services.
Damages to these facilities will be repaired the same day at no cost to the agency.
After conductors have been installed, the ends of conduits terminating in pull boxes and
cabinets shall be sealed with an approved type of sealing compound.
When abandoning an existing conduit in place, the Contractor shall remove all existing
conductors.
86-2.06A Materials, add the following:
Pull boxes, pull box covers, and pull box extensions shall be concrete as shown on Carlsbad
Standard Drawing GS-21.
86-2.06C Installation and Use, add the following:
Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawings GS-
19 and GS-21.
86-2.08 Conductors, add the following:
86-2.080 Signal Cable - Where shown on the plans, signal cable shall be installed in lieu of
individual conductors.
0
I
2/15/95 1. @
Signal cable shall conform to the following:
0 The cable jacket shall be black polyethylene with an inner polyester bind
sheath, and shall be rated for 600 volts and 75" C. All cables shall have clei
distinctive, and permanent markings on the outer surface throughout the enti
length of the cable showing the manufacturer's name or trademark, insulatic
designation, number of conductors, conductor sizes, and the voltage rating of tl
jacket. Filler material, if used, shall be polyethylene material.
Individual conductors in the cable shall be solid copper with Type THM
insulation, and shall conform to the requirements in Section 86-2.0
"Conductors," of the Standard Specifications, and ASTM Designation: B 28
The minimum thickness of Type THWN insulation, at any point, shall be 13 m
for conductor sizes No. 14 and No. 12, and 18 mils for conductor size No. 1
The minimum thickness of the nylon jacket shall be 4 mils at any point.
0
Three conductor signal cable shall consist of three No. 14 conductors. The cable jacket shi
have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mil
The nominal outside diameter of the cable shall not exceed 0.40-inch. The color code of tt
conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe.
The 3conductor cable shall be used for pedestrian pushbuttons and a spare.
Five conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall ha\
a minimum average thickness of 45 mils and shall have a minimum thickness at any point of <
mils. The nominal outside diameter of the cable shall not exceed 0.50-inch. The color code
the conductors shall be red, yellow, brown, bKack and white.
Nine conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. Tt
cable jacket shall have a minimum average thickness of 60 mils and shall have a minimu
thickness at any point of 48 mils.
The nominal outside diameter of the cable shall not exceed 0.065 inch. The color code fc
No.12 conductor shall be white. The color code for No.14 conductors shall be as follows:
red yellow/black stripe
yellow brown/black stripe
brown black
red/black stripe white/black stripe
2/15/!
a9
t
I
1
I
,
COLOR CODE TERMINATION PHASE
red vehicle signal red 2, 4, 6 or 8
yellow vehicle signal yellow 2, 4, 6 or 8 brown vehicle signal green 2, 4, 6 or 8
redblack stripe vehicle signal red 1, 3, 5 or 7
yellowblack stripe vehicle signal yellow 1, 3, 5 or 7 brownblack stripe vehicle signal green 1, 3, 5 or 7
black/red stripe
blackhhite stripe
black
redmite stripe
brownmite stripe ped signal Walk
spare, or use as required for red or Don't Walk
spare, or use as required for yellow
spare, or use as required for green or Walk
ped signal Don't Walk
Color Code Temi nat ion
red/black stripe vehicle signal red ellow/black stripe vehicle signal yellow 1: rown/black stripe vehicle signal green
red/orange stripe vehicle signal red ye1 low/o range vehicle signal yellow stripe vehicle signal green brown/orange stripe
red/silver stripe vehicle signal red ‘6 rown/silver stripe
red/purple stripe vehicle signal red L rown/purple stripe
red/2 black stripes brown/2 black ped signal Walk
red/2 orange stripes ped signal Walk brown/;! orange stripes
red/2 silver stripes brown/2 silver ped signal Walk stripes
red/:! purple stripes brown/2 purple ped signal Walk
blue/black stripe ped push button blue/orange stripe ped push button blue/silver stripe ped push button blue/purple stripe ped push button
white/black stripe
black/red stripe railroad pre-emption
black spare
ellow/silver stripe vehicle signal yellow vehicle signal green
ellow/purple stripe vehicle signal yellow vehicle signal green
ped signal Don’t Walk
stripes
ped signal Don’t walk
ped signal Don’t Walk
ped signal Don’t Walk
stripes
ped push button common
Phase
2or6 2 or 6 2 or 6
4or8 401-8 4or8
1 Or5 1 Or5 1 or5
3 Or7 3or7 3 Or7
2or6 2or6
4 or 8 4or8
1 Or5 1 Or5
3 Or7 3 Or7
2or6 4or8 1 Or5 3or7
1
I 56
Each signal cable, except 2&-conductor, shall be marked, in each pull box,
showing the signal standard to which it is connected.
Vehicle and pedestrian signals shall be connected to the 28-conductor cable with
a 12-conductor cable. The 12-conductor cable shall be installed from the
terminal compartment to the adjacent pull box, and spliced.
Signal Interconnect Cable (SIC) shall consist of twelve No. 20, minimum,
stranded tinned copper conductors as shown on the plans. Each conductor shall
be insulated with 0.01 3-inchI minimum nominal thickness, color coded,
polypropylene material. Conductors shall be in twisted pairs. Color coding shall
distinguish each pair. Each pair shall be wrapped with an aluminum polyester
shield and shall have a No. 22 or larger, stranded, tinned copper drain wire
inside the shielded pair.
The cable jacket shall be black, high density polyethylene, rated for a minimum
of 300 volts and 60" C., and shall have a nominal wall thickness of 40 mils,
minimum. The cable jacket or the moisture-resistant tape directly under the outer
jacket shall be marked with the manufacturer's name, insulation type designation,
number of conductors and conductor size, and voltage and temperature ratings.
Splices shall be made only where shown on the plans or in controller cabinets.
A minimum of three feet of slack shall be provided at each splice and six feet at
each controller cabinet.
86-2.09D SDlicing, moddy as follows:
All spUices shall be made using crimp type compression connectors as shown on
ES-13 and said splices shall be soldered.
The ends of loop detector lead-in cables terminating at the controller cabinet
shall have crimped and soldered loop terminals.
86-2.09E SDlice Insulation, add the following:
All splices of conductors shall be insulated with heat shrink tubing of the
appropriate size after thoroughly painting the spliced conductors with electrical
insulating coating. Heat shrink tubing shall be medium or heavy wall thickness,
irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum
wall thickness prior to contraction shall be 0.04-inch. When heated, the inner wall
shall melt and fill all crevices and interstices of the object being covered while the
outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink
tube or the open end of the end cap of heat-shrink material shall, after
contraction, overlap the conductor insulation at least 1 '/i inches. Heat-shrink
material shall conform to UL Standard E46645 6OOV 125" C.
I.
I
I
I
I
1
1
1.
8
i
I
1
II
t
1
a
2/15/95
@
1.
Shrinkage Ratio: 33 percent, maximum, of supplied diameter
when heated to 102°C and allowed to cool to
25" C.
350 kibvotts per inch, minimum.
10" ohms per centimeter, minimum.
2,000 Ibs. per square inch, minimum.
Dielectric Strength
Resistivity
Tensile Strength
Operating 55°C to 135" c.
Temperature:
water Absorption 0.5 percent, maximum -
1
I 58
1
I
I
1
I
f
I.
I
I
I
I
I
I
86-2.14 Testing, modify the first paragraph of referenced Section 6-3.01, General, as
follows:
Unless otherwise specified, all tests of signals, lighting, and electrical systems equipment
and materials shall be performed by a qualified agent approved by the City by methods
approved by the City and at the cost of the Contractor. This refers specifically to the
controller and may be extended to any or all items questioned as to their suitability. Test
methods shall be submitted to the Ci for approval.
I.
86-2.9 4A. Materials Testing, delete second sentence of first paragraph; delete
paragraphs 4, 5, and 6.
86-2.14B Field Testinq, add the following:
Field testing shall conform to the provisions in Section 86-2.148 "Field Testing"
of the Cattrans Standard Specification and these Special Provisions.
Insulation resistance testing (megger) for traffic signal and lighting conductors
shall be preformed in the following order:
Signals - After conductors are connected to signal head terminal, and before
connection to controller.
Lighting - Before fuses are installed in fused splice connectors.
Load side conductors in signal heads shall be disconnected from terminal blocks
during the test.
The full cost for the Contractor performing this field testing in the presence of the
Engineer shall be included in the lump sum price for Traffic Signal and Street
Lighting Installation and no additional payment will be allowed therefore.
86-2.14C Functional Testing, add second sentence to paragraph 3 as follows:
Turnsns will not be done Mondays, Fridays or the day prior to a City holiday.
The contractor shall give the inspector a minimum of three (3) days advance
notice of turn on date.
I
I
86-3 CONTROLLER ASSEMBLIES
86-3.05 Controller Assemblv Testinq modlfy second sentence of second paragraph as
follows:
A Certifiiate of Compliance with the approved procedure and test report signed by a
responsible managing employee of the City approved testing agent shall accompany
each controller assembly included in the work.
2/15/95
blb
1.
86-3.08 Auxiliarv EuuiDment
86-3.088(22 Modulated Light Signal Detection System - Each modulated ligl
signal detection system shall conform to the details shown on the plans ar
these special provisions.
(A) General - Each modulated light signal detection system shc
consist of an optical emitter assembly or assemblies located c
the appropriate vehicle and an optical detector/discriminat(
assembly or assemblies located at the traffic signal.
Each system shall permit detection of class two emergenc
vehicles. Class II (emergency) vehicles shall be capable of beir
detected at any range up to 1,800 feet from the optical detecto
The modulation frequency for Class II signal emitters shall t
14.035 Hz t 0.250 Hz.
Emitter Assembly - Each emitter assembly shall consist of a
emitter unit, an emitter control unit and connecting cables an
shall conform to the following:
1,
(8)
General - Each emitter assembly, including lamp, shall b
designed to operate over an ambient temperature range ( - 34°C to 60°C at both modulation frequencies and t
operate continuously at the higher frequency for
minimum of 3,000 hours at 25°C ambient before failure <
lamp or any other component.
Each emitter unit shall be controlled by a single
maintainedcontact switch on the respective emitter contrc
unit. The switch shall be capable of being located to b
readily accessible to the vehicle driver. The control un
shall contain a pilot light to indicate that the emitter pow6
circuit is energized and shall be capable of generating on1
Class II modulating code.
Functional - Each emitter unit shall transmit optical energ
in one direction only.
The signal from each Class II signal emitter unit shall bi
capable of being detected at a distance of 1,800 feet whei
used with a standard optical detectionldiscriminato
assembly.
2.
2/15/<
@
11
I 60
I
1
1
I
8
8.
I
I
I
I
I
I
I
The standard optical detection/discriminator assembly to
be used in making the range tests shall be available from
the manufacturer of the system. A certified performance
report shall be furnished by the contractor with each
assembly.
Electrical - Each emitter assembly shall be capable of
providing full light output with input voltages of between
12.5 and 17.5 volts DC. An emitter assembly shall not be
damaged by input voltages up to 7.5 volts DC above
supply voltage. The emitter assembly shall not generate
voltage transient, on the input supply, which exceed the
supply voltage by more than 4 volts.
Each emitter assembly shall consume not more than 100
watts at 17.5 volts DC and shall have a power input circuit
breaker rated at 10 to 12 amperes, 12 volts DC.
The design and circuitry of each emitter shall permit its use
on vehicles with either negative or positive ground without
disassembling or rewiring of the unit.
1.
3.
I
4. Mechanical - Each emitter unit shall be housed in a
weatherproof corrosion-resistant housing. The housing
shall be provided with facilities to permit mounting on
various types of vehicles and shall have provision for
aligning the emitter unit properly and for locking the
emitter unit into this alignment.
Each emitter control unit shall be provided with hardware
to permit its mounting in or on an emergency vehicle or
mass transit vehicle. Where required for certain
emergency vehicles, the emitter control unit and all
exposed controls shall be weatherproof.
(C) Optical Detection/Discriminator Assembly - Optical
detection/discriminator assembly shall conform to the following:
1. General - Each optical detection/discriminator assembly
shall consist of one or more optical detectors, connecting
cable and a discriminator module.
I
2/15/95
@
1.
Each such assembly, when used with standard emittei
shall have a range of at least 1,800 feet for Class II signa
Standard emitters for Class II signals shall be availal:
from the manufacturer of the system. Ran!
measurements shall be taken with all range adjustmer
on the discriminator module set to "maximum".
2. Optical Detector - Each optical detector shall be
waterproof unit capable of receiving optical energy fro
two separately aimable directions. The horizontal ans
between the two directions shall be variable from 14
degrees to 5 degrees.
The reception angle for each photocell assembly shall I
a maximum of 8 degrees in all directions about the aimir
axis of the assembly. Measurements of reception ang
will be taken at a range of 1,800 feet for a Type II emitt6
All internal circuitry shall be solid state, and electric
power shall be provided by the associated discriminat
module.
Each optical detector shall be contained in a housinl
which shall include two rotatable photocell assemblies, E
electronic assembly, and a base. The base shall have E
opening to permit its mounting on a mast arm or a vertic
pipe nipple, or suspension from a span wire.
The mounting opening shall have female threads for 3,
inch conduit. A cable entrance shall be provided whic
shall have male threads and gasketing to permit
waterproof cable connection. Each detector shall weis
not more than 2112 pounds and shall present a maximur
wind load area of 36 square inches. The housing shall t
provided with weep holes to permit drainage of condense
moisture.
Each optical detector shall be installed, wired and aim
as specified by the manufacturer.
Cable - Optical detector cable shall meet the requiremeni
of IPCEA-SSl4YNEMA WC 5, Section 7.4, 600 vc
control cable, 75"C, Type B and the following:
3.
2/15/!
@
B
I.
8
1
II
I
8
I
1.
I
I
1
I 62
The cable shall contain three conductors, each of
which shall be No. 20 (7x28) stranded, tinned
copper with low-density polyethylene insulation.
Minimum average insulation thickness shall be 25
mils. Insulation of individual conductors shall be
color coded: 1 -yellow, 1 -blue, 1 -orange.
The shield shall be either tinned copper braid or
aluminized polyester film with a nominal 20 percent
overlap. Where the film is used, a No. 20 (7x28)
standard, tinned, bare drain wire shall be placed
between the insulated conductors and the shield
and in contact with conductive surface of the
shield.
The jacket shall be black polyvinyl chloride with
minimum ratings of 600 volts and 80" C and a
minimum average thickness of 45 mils: The jacket
shall be marked as required by IPCWNEMA.
a.
b.
c.
d. The finished outside diameter of the cable shall
not exceed 0.35 inch.
e. The capacitance, as measured between any
conductor and the other conductors and the shield,
shall not exceed 48 picofarads per foot at 1 ,OOO Hz.
f. The cable run between each detector and the
controller cabinet shall be continuous without
splices or shall be spliced only as directed by the I detector manufacturer.
4. Discriminator Module - Each discriminator module shall be
designed to be compatible and usable with Model 170
controller unit and to be mounted in the input file of a
Model 332 controller cabinet, and shall conform to the
requirements of Chapter I of the State of California,
Department of Transportation. "Traffic Signal Control
Equipment Specifications,' dated April, 1978, and to all
addenda thereto current at the time of project advertising.
Each discriminator module shall be capable of operating
I
I one channel.
II
i
2/15/95
@
P
Each discriminator module, when used with its associatc
detector shall be capable of:
a. Receiving Class II signals at range of up to 1,8(
feet.
Decoding the signal on the basis of frequency
14.035 HZ& 0.255 HZ for Class II signals.
Establishing the validity of received signals on tt
basis of frequency and length of time received.
signal shall be considered valid only when receiw
for more than 0.50 second. No combination
CUass I signals shall be recognized as a Class
signal regardless of the number of signals beir
received, up to a maximum of ten signals. Once
valid signal has been recognized its effect shall t
held by the module in the event of temporary lo:
of the signal for a period adjustable from 4
seconds to 11 seconds in at least 2 steps at
seconds k0.5 second and 10 seconds +O
second.
Providing an output for each channel that will resL
in a "low" orgrounded condition of the appropriai
input of a Model 170 controller unit. For Class
signals the output shall be steady.
Each discriminator module shall receive electr
power from the controller cabinet at either 24 VOH
DC or 120 volts AC.
Each channel together with its associated detectoi shall draw not more than 100 milliamperes at 2
volts DC nor more than 100 milliamperes at 12
volts AC. Electric power, one detector input fc
each channel and one output for each channe
shall terminate at the printed circuit board edg
connector pins listed below.
b.
C.
d.
2/15/$ 63
1
I 64
Board edge connector pin assignment shall be as
follows:
A DCground P NC
B +24VDC
C NC D Detector input Channel A R NC
E +24 VDC to detectors S NC F Channel A output (C) T NC
U NC
H Channel A output (E) v NC
J Detector input, Channel B W Channel B
output (C) K DC Ground to detectors X Channel B
output (E)
L Chassis ground Y NC M AC- Z NC
N AC+
u Slotted for Keying
(NC) Not connected: cannot be used by manufacturer for any
purpose.
(C) Collector
(E) Emitter
Two auxiliary inputs for each channel shall enter
each module through the front panel connector.
Pin assignment for the connector shall be as
follows:
1.
2.
3.
I.
1
I
1
8
1
i
I.
I
I
I
1
I
1
1
Auxiliary detector 1 input, Channel A
Auxiliary detector 2 input, Channel A
Auxiliary detector 1 input, Channel B 8 4. Auxiliary detector 2 input, Channel B
Each channel output shall be an optically isolated
NPN open collector transistor capable of sinking 50
milliamperes at 30 volts and shall be compatible
with Model 170 controller unit inputs.
Each discriminator module shall be provided with
means of preventing transients received by the
detector from affecting the Model 170 controller
assembly.
2/15/95
@
I.
Each discriminator module shall have a sing
connector board, shall be capable of beir
inserted into the input file of a Model 332 cabin
and shall occupy one slot width of the input fil
The front panel of each module shall have
handle, to facilitate withdrawal, and the followir
controls and indicators for each channel:
1. Three separate range adjustmen
each for Class II signals.
2. A three-position, center-ol
momentary contact switch, or
position (down) labeled for te
operation of Class I signals, and on
position (up) labeled for te:
operation of Class II signals.
3. A "signal" indication and a "cal
indication for Class II signals. Th
"signal" indication denotes that
signal above the threshold level ha
been received. A "call" indicatio
denotes that a steady, validly code!
signal has been received. Thes
two indications may b
accomplished with a singi
indication lamp; "signal" beinl
denoted by a flashing indication an1
"call" with a steady indication.
In addition, the front panel shall b
provided with a single circular, bayonei
captured, multi-pin connector for twc
auxiliary detector inputs for each channel
Connector shall be a rnechanica
configuration equivalent to a MIL-C-2648:
with 10-4 insert arrangement, such a:
Burndy Trim Trio Bantamate Series
consisting of:
0 Wall mounting receptacle, GOB1 0
4PNE with SM20M-lS6 gold platec
pins.
VI 519 @
1
I
1
I
I
I
8
8
1.
I
D
I
I
I
D
1
66
0 Plug, G6LlO-4SNE with SC20M-1 S6
gold plated sockets, cable clamp
and strain relief that shall provide for
a right angle turn within 2.5 inches
maximum from the front panel
surface of the discriminator module.
Cabinet Wiring - The Model 332 cabinet has provisions for
connections between the optical detectors, the
discriminator module and the Model 170 controller unit.
Wiring for a Model 332 cabinet shall conform to the
following:
Slots 12 and 13 of input file "J" have each been wired to
accept a 2channel module.
Field wiring for the primary detectors, except 24-volt DC
power, shall terminate on either terminal board TB-9 in the
controller cabinet or on the rear of input file "J", depending
on cabinet configuration. Where TB-9 is used position
assignments shall be as follows:
I*
5.
POSITION ASSIGNMENT:
4 Channel A detector input,
5 Channel B detector input,
7 Channel A detector input,
8 Channel B detector input,
1st module (Slot J-12)
1st module (Slot J-12)
2nd module (Slot J-13)
2nd module (Slot J-13)
The 24-volt cabinet DC power will be available at Position
1 of terminal board TB-1 in the controller cabinet.
All field wiring for the auxiliary detectors shall terminate on
terminal board TB-0 in the controller cabinet. Position I assignments are as follows:
2/15/9E
@
I.
POSITION ASSIGNMENT
7 +24vdc from (J-13E) a Detector ground from (J-l3K)
9
10
11
12
System Operation - The contractor shall demonstrate that all c
he components of the system will perform satisfactorily as
system. Satisfactory performance shall be determined using th
following test procedure:
Channel A auxiliary detector input 1
Channel A auxiliary detector input 2
Channel B auxiliary detector input 1
Channel B auxiliary detector input 2
(D)
1. Each system to be used for testing shall consist c
an optical emitter assembly, an optical detector, z
least 200 feet of optical detector cable and
discriminator module.
The discriminator modules shall be installed in th
proper input file slot of Model 332 controlk
cabinet. The controller cabinet, together with
Model 170 controller unit with the appropriat
operating program, a Model 210 monitor unit ant
120-vott AC power will be available as shown Or
the plans and as indicated elsewhere in these
sDecial provisions.
One test shall be conducted using a Class II signa
emitter and a distance of 1,800 feet between the
emitter and the detector. All range adjustments or
the module shall be set to "Maximum" for each test
Each test shall be conducted for a period of one
hour, during which the emitter shall be operated fol
30 cycles, each consisting of a one minute "on'
interval and a one minute "off" interval. During the
total test period (1) the emitter signal shall caus~
the proper response from the Model 170 controllei
unit during each 'on" interval and (2) there shall be
no improper operation of either the Model 170
controller unit or the monitor during each "off"
interval.
2.
3.
4.
2/f 5/9!
@
I
1
1
I
I
1
1
1.
I
8
I
I
I
1 I.
1
68
86-3.1 1 Model 170 Controller Assemblies, add the following:
The controller assembly shall be a Type 170 unless otherwise specified and shall be
equipped with Type 200SA local intersection control program and a full compliment of
prom chips. The Model 332 cabinet shall be aluminum.
I.
86-4 TRAFFIC SIGNAL FACES AND FlmNGS. I 86-4.01 Vehicle Sign Faces.
86-4.01 B Signal Sections, add the following:
Signal section housing shall be aluminum or polycarbonate composite. All signal
faces and all arrow indications shall be provided with 12 inch sections and glass
lenses.
All lamps for traffic signal units (including programmed visibillty type) shall be
furnished by the Contractor.
86-4.01 C Electrical Comoonents, modify second and third paragraphs as follows:
Each lamp receptacle shall be wired with a conductor, connected to the shell of
the receptacle, with white insulation, and a conductor, to the bottom or end
terminal of receptacle, with black insulation color-coded as follows:
Red signal -solid red insulation
Yellow signal -solid yellow insulation I Green signal -solid blue insulation
These conductors shall, in turn, be connected to a terminal block mounted inside
at the back of the housing. The terminal block shall have sufficient screw type
terminals to terminate all field conductors and lamp conductors independently,
with separate screws. The terminals to which field conductors are attached shall
be permanently identified or conductors shall be color coded to facilitate field
wiring.
864.05 Pedestrian Siqnal Faces, add the following:
Pedestrian signals shall be Type A incandescent with international symbols.
2/15/9f
@
86-5 DETECTORS
86-5.01 Vehicle Detectors
86-5.01A Inductive Loop Detectors
86-5.01A(41 Construction Materials, add the following:
Loop wire shall be Type 2. Loop lead-in cable shall be Type "E
Conductors for loop detector lead-in cable shall be 2 No. 16 (19x2!
stranded, tinned cooper.
86-5.01A(5) Installation Details, add the following:
The additional length of conductor for each loop homerun shall be twiste
together into a pair before being placed in the slot and conduit to tl-
termination pull box.
Like numbered detector loops, when shown on the plans, shall k
connected to the same detector lead-in cable.
Residue resulting from slot cutting operations shall not be permitted t
flow across shoulders or lanes occupied by public traffic and shall b
removed from the pavement surface.
The Contractor shall test the detector with a motor-driven cycle, a
defined in the California Vehicle Code, that is licensed for street use b
the Department of Motor Vehicles of the State of California, or a bicyclt
The engine displacement of the vehicle shall not exceed 100 cubi
centimeter. Special features, components or vehicles designed to activat
the detector will not be permitted. The Contractor shall provide a
operator who shall drive the motor-driven cycle through the response c
detection area of the detector at no less than 3 miles per hour nor mor
than 7 miles per hour.
86-5.02 Pedestrian Push Buttons, delete the first five sentences after the third paragrap
and replace with the following:
Switching unit shall be activated with a stainless steel plunger. The external end of th
plunger shall have a conical surface and be a minimum of two inches (2") in diametei
The surface shall be polished and corrosion resistant.
The switching unit shall have a maximum operating force of five (5) pounds. Pretrave
shall be 1/16 inch maximum and overtravel shall be 1/16 inch minimum.
2/15/s a9
70
I
I 86-6 LIGHTING
86-6.01 Hiah Pressure Sodium Luminaires, add the following:
Luminaires shall be 250 W high pressure sodium vapor with integral photo electric cells.
Each luminaire shall be provided with an internal ballast assembly (including ballast,
capacitor, and lamp starter unit). All connections from the ballast assembly shall be
made with EL single muhicircuit connector or individual color-coded NEMA tab
connectors. Field connections to the luminaires shall terminate on a barrier type terminal
block secured to the housing.
The luminaires shall be constructed and installed in such a manner as to provide Type
Ill distribution with the outer edge of the luminaire's housing below the entire light
sources and all glassware.
The luminaires' optical assembly shall provide without the addition of external shielding,
a 90" cutoff with no significant light emitted above the horizontal.
i.
I
I
8
I
I
1.
I
I
I
8 86-6.01A (l)(a) ha-TvDe Reaulator Ballasts, add the following:
Ballasts shall be the lag regulator type.
86-6.065 lnternallv Illuminated Street Name Sians, change paragraph five to read as
follows:
Signs shall be Type A.
86-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
86-7.01 Removing Electrical Eauipment, all equipment shown to be removed and
salvaged shall become the property of the Contractor.
86-7.02 Reinstallina Removed Electrical Equipment, delete paragraph 4. No equipment
will be salvaged unless specifically noted on the plans.
868 PAYMENT 1
1
8 Systems' in paragraph two.
86-8.01 Pavment, modify as follows:
Lump sum price for signals and lighting shall be measured as defined in State of
California Standard Specifications, Section 86, dated January 1988.
Delete reference to "Section 86-1.05, Maintaining Existing and Temporary Electrician
I
I
2/15/95
@ I.
SECTION 310 - PAINTING
Delete subsection 310-5.6 and replace with Chapter 84 of the Cattrans Standard Specification:
1992 Edition, modified as follows:
Delete subsection 84-2.05
Delete subsection 84-2.06 and replace with the following:
84-2.06 Payment
Compensation for providing thermoplastic crosswalk markings shall be included in the lum
sum bid item for signing and striping. The lump sum payment shall include full compensatio
for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the WOI
involved in applying thermoplastic crosswalk marking, including establishing alignment an
layout work.
Delete subsection 84-3.02 and replace with the following:
84-3.02 Materials
Paint for traffic stripes and pavement markings shall be rapid dry water borne and conform t
State Specification No. 801 0-91 D-30. Glass beads shall conform to Cattrans Specification Nc
8010-1 1 E-22, Type It. Thinning of paint will not be permitted. Paint shall be supplied b
manufacturers that have been approved by Cattrans.
Delete subsection 84-3.06
Delete subsection 84-3.07 and replace with the following:
843.07 Pavment
Compensation for providing pavement striping shall be included in the lump sum bid item fc
signing and striping. The lump sum payment shall include full compensation for furnishing a
labor, materials, tools, equipment, and incidentals, and for doing all the work involved in paintin!
traffic stripes including establishing alignments for stripes and layout work.
2/15/s
@
,m @ f // +a