HomeMy WebLinkAboutKnox Electric Inc; 1991-09-09; 3345I
t
8.
E California
I
8
I.
CI
I
1.
1
I
I
I:
1 comm NO. 3345
I
I
I
CITY OF CaRLSBAD
San Diego County
CONTRACT DOCUMENTS AND SPECIAL, PROVISIONS
FOR
PALOMAEP, AIRPORT ROAD AND
PALOMAR OAKS WAY TRAFFIC SIGNAL
10/3/90 Re t
t
R
I
P
1
a
1
1
E
1
I
I
I
I
- TBLE OF CONTENTS
Itern Pa!
NOTICE INVITING BIDS ...........................................
CONTRACTOR’SPROPOSAL
BIDDER’S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS ............................... 1
BIDDER’S STATEMENT OF FINANCLAL RESPONSIBILITY .................. 1
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 1
I.
........................................
........................... 1
..........
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID 1 .............................. E CONTRACT . PUBLIC WORKS ...................................... 1
LABOR AND MATERIALS BOND .................................... 2
PEFiFORMANCEBOND 2 ........................................... I. ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION ................................. 2
RELEASEFORM ............................................... u a
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION ............................ 2
10/3/90 Re t
R
1 CITY OF CARLSBAD, CALIFORNIA
NOTI'CE I"G BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12C
Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on tl
24th day of May, 1991, at which time they will be opened and read, for performing tl
I.
1 work as follows:
PALOMAR AIRPORT ROAD Rr PALOMAR OAKS WAY TRAFFIC SIGNAL,
CONlTRACT NO. 3345
The work shall be performed in strict conformity with the specifications as approved by tl
City Council of the City of Carlsbad on file with the Municipal Projects Department. TI
specifications for the work shall consist of the latest edition of the Standard Specificatio,
of Public Works Construction, hereinafter designated as SSPWC, as issued by the Souther
Chapters of the American Public Works Association. Reference is hereby made to tl
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owne
businesses.
No bid will be received unless it is made on a proposal form furnished by the Purchasir
Department. Each bid must be accornpanied by security in a form and amount require
by law. The bidder's security of the second and third next lowest responsive bidders rn:
be withheld until the Contract has been fully executed. The security submitted by all othc
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft1
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectic
22300), appropriate securities may be substituted for any obligation required by this notic
or for any monies withheld by the City to ensure performance under this Contract. Sectic
22300 of the Public Contract Code requires monies or securities to be deposited with tl
City or a state or federally chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
I
I
1
R
E
I.
1)
M
1
1
1
I
8
I.
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
10/3/90 Re
r
l
1
E
B
I
1
I
I: s
e
I
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitit
are approximate and serve solely as a basis for the comparison of bids. The Engineer
Estimate is $80,000.
No bid shall be accepted from a contractor who is not licensed in accordance with tl-
provisions of California state law. The contractor shall state their license numbe
expiration date and classification in the proposal, under penalty of perjury, pursuant 1
Business and Professions Code Section 7028.1 5. The following classifications ai
acceptable for this contract: A or C10 or a combination of A and C10 in accordance wit
the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contra
documents in lieu of the usual 10% retention from each payment, these documents mu
be completed and submitted with the signed contract. The escrow agreement may not E
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at tl.
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue
Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minc
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute tl
Contract shall be those as determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2
the Labor Code, a current copy of applicable wage rates is on file in the Office of tl
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay le
than the said specified prevailing rates of wages to all workers employed by him or her
the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cod
"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 17;
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,
indicated in this proposal, times the unit price as submitted by the bidder. In case of
discrepancy between words and figures, the words shall prevail. In case of an error in tl
extension of a unit price, the corrected extension shall be calculated and the bids will 1
computed as indicated above and compared on the basis of the corrected totals.
I.
I
I
1.
I
I
10/3/90 Rc
t
I
1
I
1
a
1;
t
1;
I
a
1
I
i
S
I
I
1
AU prices must be in ink or typewritten. Changes or corrections may be crossed out ar
typed or written in with ink and must be initialed in ink by a person authorized to sign fc
the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day pric
to bidding. Submission of bids without acknowledgment of addenda may be cause I I rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers and materia
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 bonc
shall be kept in full force and effect d,uring the course of this project, and shall extend
N1 force and effect and be retained by the City for a period of one (1) year from the da
of formal acceptance of the project by the City.
The Contractor shall be required to maintain insurance as specified in the Contract. Ar
additional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution
No. 91-20, adopted on the 15th day of January, 1991.
k DaF 3; 1991 iiitha LibexiLPP L. Raute*Z*J
10/3/90 Rt
t
I
II CITY OF CthRLSBAD
PALOMAR AIRPORT ROAD & PALOMAR OAKS WAY TRAFFIC SIGNAL comcr NO. 3345
CONTRACTOR'S PROPOSAL
I. m
City Council
City of Carlsbad
1200 Carlsbad Village Drive I Carlsbad, California 92008
1
I
i
1
I
I
I
I
1
1
The undersigned declares he/she has carefully examined the location of the work, read tl
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni!
all labor, materials, equipment, transportation, and services required to do all the work
complete Contract No. 3345 in accordlance with the Plans and Specifications of the City
Carlsbad, and the Special Provisions and that he/she will take in full payment therefor tl
following unit prices for each item complete, to wit:
Item Quantity unit
1 Construct Traffic Signal Complete LS
\a' &&, ,, c i/ 3; LkL, -&% &
Approximate b No. Item Description and Unit Price Total
In Place an4 -- Operating
50.-L7AL< 5 d,,, -x.4L*-? i- "-p> .-&& -;yz,y
Bli c
Dollars per Lump Sum '
I r ( \ -
br -by c L >L 7-k a'\ z71
Total kimount of bid in numbers: $- 7% Zk4 I--
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 t
City will not be responsible for any error or omissions of the part of the Undersigned
making up this bid.
-1 \ Total amount of bid in words: i >~a-k* \ kcu j W.L. 7- < CJ *v I I I_
/ 7-
M \
e
t
- has/have been received and is/are included in tl
tLqw4 'L b." J-J?5 l-;y> ' 10/3/90 Rt
4\> y fa\ 141 'I < J pl 3' b wy I
B
1
1:
1
1
I
I.
I
The Undersigned agrees that in case of default in executing the required Contract wii
necessary bonds and insurance policies within twenty (20) days from the date of award I
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bor
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that they are licensed to c
business or act in the capacity of a contractor within the State of California and that thc
are validly licensed under license number 45n / 5~) 7 classification @-lo
which expires on /2/3 I ,/ q! . This statement is true and correct and has the legal effe
A bid submitted to the City by a Con1:ractor who is not licensed as a contractor pursuai
to the Business and Professions Code shall be considered nonresponsive and shall t
rejected by the City. 3 7028.15(e). In all contracts where federal funds are involved, r
bid submitted shall be invalidated by 1-he failure of the bidder to be licensed in accordanc
with California law. However, at the time the contract is awarded, the contractor sha
be properly licensed. Public Contract Code 3 20104.
The Undersigned bidder hereby represents as follows:
I
IE of an affidavit.
1. That no Council member, officer agent, or employee of the City of Carlsbad
personally interested, directly or indirectly, in this Contract, or the compensation t
be paid hereunder; that no representation, oral or in writing, of the City Councj
its officers, agents, or employees has inducted him/her to enter into this Contrac
excepting only those contained in this form of Contract and the papers made a pa
hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporatia
making a bid for the same work, and is in all respects fair and without collusion (
Accompanying this proposal is &d fid
(Cash, Certified Check, Bond or Cashier's Check)
1 fraud.
B
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code whic
requires every employer to be insured against liability for workers' compensation or t
undertake self-insurance in accordance with the provisions of that code, and agrees t
comply with such provisions before commencing the performance of the work of th
Contract and continue to comply until the contract is complete.
c
J
E
1 .... f
I
....
10/3/90 Re
4
I
1
I
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic
2, relative to the general prevailing rate of wages for each craft or type of worker need(
to execute the Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1)
(2)
(3) Place of Business
Name under which business is conducted
Signature (given and surname) of proprietor t
8 (Street and Number)
City and State
(4) Zip Code Telephone No.
1
i
Ir
I.
I
I
I
P
D
I
I
IF A PARTNERSHIP, SIGN HERE:
(1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signatu
must be made by a general partner)
(3) Place of Business
(Street and Number) 4 City and State
Zip Code Telephone No.
10/3/90 Re
P
I
I IF A CORPORATION, SIGN Hm:
(1) Name under which business is conducted
K~fl~~~.~ -; 1 fdtr -
i i
I(
urn
Ld -\ 1 4;,ld + /> ~ (2)
I
1
cJ1
I
1
I
L,
I
1
1
la
B
I
1
I
Signature v 7 i s
L
iu4Am3 L-l. tlQ.GmS - t R - LIKE Fc&?qw Title /
Impress Corporatz Seal he
(3)
(4)
Incorporated under the laws of the State of 4cmQ4,
Place of Business qs(ds 9 X4h Uh -1 k!! P=-
(Street and Number) 1
CP- 4
City and State sAd72.~~
(5) Zip Code qzI;)1 \ Telephone No.
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST B
AlTACHED
List below names of president, vice president, secretary and assistant secretary, if
corporation; if a partnership, list names of all general partners, and managing partners. 'x
IdPt-C.
t
-
1 10/3/90 Re\
fi /,
On this the &I- day of --AS- 3Y3, before n \.
ss. Amx FJ&c LJ 6.
i. the undersigned Notary Public, personally appeared
- ‘55E-ze-r, h>. k-im cFl?.c -iK.
personally known to me
@--proved to me on the basis of satisfactory evidence
to be the person(s) who execu ed the within instrument as L&pedfd-
named, and acknowledged to me that the corporation executed It
or on behalf of the corporation therc
ATTENTION NOTARY: Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of thls certificate to another docume
Title or Type of Document ___ THIS CERTIRCATE
MUST BE ATTACHED TO THE DOCUMENT
DESCRIBED AT RIGHT
__ Date of Document
Signer(s) Other Than Named Above __
7120019 NATIONAL NOTARY ASSOClAnON - 82% Remmet Ave - PO Box 71@* Car
I
I BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
pJ,p'r x hf P'P SkJALFf c
- ,,:L, :>[~;i;, , i'
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount
follows: (must be at least ten perceint (10%) of the bid amount)
IGN
for which payment, well and truly made, we bind ourselves, our heirs, executors a
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOIIVG OBLIGATION IS SUCH that if the proposal oft
above-bounden Principal for:
That we, KNClX Z!ECTT$:C, iiidc. , as Principal, and OF R;
ma
/
i
1
1
II
0
I
I. *...
I
I ....
8
I ....
I
I ....
I
I
i%fz.cm OF ?-H L Pcrloc\rdT BID ((Cfdcof BID) - - - - - - --
?j,LOl\dl~lL RrRaortr Ro~~+ MAR OW> Iplkq rRwFlc Sl6Uh-
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly en1
into and execute a Contract including required bonds and insurance policies within t
(10) days from the date of award of Contract by the City Council of the City of Carlsb;
being duly notified of said award, then this obligation shall become null and vo
otherwise, it shall be and remain in full force and effect, and the amount specified herc
shall be forfeited to the said City.
.e.*
....
....
....
....
I
.e..
....
10/3/90 Rt
f
1
1
8' Wt.Ad ,19?L. Mh.f ,1991.
I
I
1
1
In the event Principal executed this bond as an individual, it is agreed that the death I
Principal shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL, this Z@ day of Executed by SURETY this Z'fw day of
I*
I PRINCIPAL: SURETY:
f 7 * 1 TW rr\sra)&y /l&f\"py-r p. ' 3'' a - . I I"\,
- KNQX F1ECT?IC, lNGb
(Name of Principal)
By:.
P i St6 1.3x PAL: NYON
.a 9 I- 7 ATTo2N:':-i N-FAGT - (print name here) printed name of Attorney-in-Fact
1 2 ! b -, (attach corporate resolution showin I (title and organization of signatxy) current power of attorney)
By: - (sign here) 1.
I
I
I
I.
I
I
I
rp
1:
- (print name here)
(title and organization of signatory)
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only on1
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unde
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
VINCENT F. BIONDO, JR.
City Attorney
By: * 9. Id/- \> sf=
N J. HIRATA
Deputy City Attorney
10/3/90 Rev
+3&%,-i m,\"i'l) t- m -of-
Nancy J. HuffStutler
tfp -1.qEd wary Rblic, V'lY -
fud wlly krI3.n to rw
[I praRd~rremtkb3sisofe-i~~--
to k th? perscn(s) drl -fd th? within i-- as
-b d, & -I&@ to np that t3-P ccrpmicn -
Cxmtyof SAN DIEGO 1 =-
Sioux Munyon
ATTORNEY-IN-FACT - (3n tk Ixfralf a€ th? carpxat-ia
~-;ES; rry - ard afficial -1 -
___.
-
the undersigned Notary Public, personally appeared
L%5kw*nL3. Llk L€i 5 JL
,$&personally known to me
ATTENTION NOTARY: Although the Informatton requested below is OPTIONAL, it could prevent fraudulent attachment of thls certlflcate to another document
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Title or Type of Document
Number of Pages - Date of Document
zceEzezZ---
American basuaiiy umipariy of Reading, Pennsylvania * CNA For All the Commitments You Make’
OfficeslChicago, Illinois
POWER 0 F ATTORNEY APPO I NTI NG I NDlVl DUAL ATTORN EY-I N-F ACT
Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly org
existing under the laws of the Commonwealth of Pennsylvania. and having its principal office in the City of Ch
State of Illinois. does hereby make, constitute and appoint Jack G. Lupien 7 Dale G* Harshaw, Sioux Mun-Yon
0
Jerome L. Hren, Debra J. Niemeyer, Individually
of San Dieqo, California
its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, under other obligatory instruments of similar nature - In Unlimited Amounts -
and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instru
signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA and all the acts of ssi pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of the Company:
“Article VI - Execution of Obligations and Appointment of Attorney-in-Fact
Section 2. Appointment of Attorney-in-fact. The President or Vice President may, from time to time, appoint by written certificat6 in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instrur
nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power
Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President
President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact.”
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by t
“Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile o of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secre! seal of the Company may be affixed by fascimile to any certificate of any such power. and any power or certificate bearing su signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Compa
In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVA these presents to be signec
AMERICAN CASUALTY COMPANY OF READING, PEN
Directors of the Company at a meeting duly called and held on the 11th day of November, 1966:
President and its corporate seal to be hereto affixed this 30th day of
Vice
On this 30th day of SeotemhPr , 19&. before me per
County State of of Illinois Cook 1 I ss Q Is: 4 -7t.i I
0 NOTARY PUBLIC %
1. Q c
*2+, ,x* i J.’E. Purteli
J. E. Purtell. to me known. who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview. State of lllinc a Vice-president of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA. the corporation described in the which executi instrument: that he, knows the seal of said Corporation: that,the seal affixed to the said instrument is such corporate seal: that it v pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like a acknowledges same to be the act and deed of said corporation.
L7 ILL/ d~ edlw ot 04 co.. \* Linda C. Dempsey
CERTIFICATE My Commission Expi res November
I, M. C. Vonnahme, Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Pow hereh above set forth ,is still in force, and further certify that Section 2 of Article VI of the By-Laws of the Company and the Resolutior of Directors. set forth in said Pow r of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affix the said Company this 24d day of Mn;Y ,19-. 31
8-23 142-D INV. N(
*
I
I 1
I
I
I
I
I kLVy, v SU\L\d- \h., ~
II
I
I
1
I
I
I
8
P
I
DESIGNATION OF SUBCONTRAmORS
The Contractor certifies he/she has used the sub-bids of the following listed Contract0
in making up his/her bid and that the sub-contractors listed will be used for the work f
which they bid, subject to the approval of the City Engineer, and in accordance wi
applicable provisions of the specifications and Section 4100 et seq. of the Public Contrac
Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made
these subcontractors except upon the prior approval of the City Engineer of the City
Carlsbad. The following information is required for each sub-contractor. Additional pag
can be attached if required:
f
Items of Complete Address Phone No.
Work Full Company Name with Zip Code with Area Code
-s ,-- 5L )*, pL d [I L'f.&"V.%? I WGST 5hy n,, 1% ;i i.. %'A y L EL.. 5. TfG -'w-2$'1-<
i
11 1 ,
I.
10/3/90 RI
U
R 7
I
8
1
I
li
1
1
I
I
I
I
I
I
P
1
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbids of all the list(
subcontractors as part of the sealed bid submission. Additional pages can be attached,
required.
t
Type of State
Contracting Carlsbad Business Amount of Bid
Full Company Name License & Nol License No.* ($ or Oh)
11 qy $--ac 3 Gc I %" i c I'
(,i,&A,f a,. ./j,% ,">,,7 ,>I 3+,-c:c,< c-32
Y 3 pi
c
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license
must be obtained prior to submission of signed Contracts.
10/3/90 Rc
I
I
II
8
1
1
I
II
I
I
1
1
1
I
8
P
1
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
Bidder submits herewith a statement of financial responsibility.
t
h\ ! 1 $1 i
sLL b kLL L LL ?<., > iu,./< :-*-, \‘> -..-P\?,--&$ . 3 2.76 .d:,-.-
tl
1 i --( *+- L; +LWU c , (‘.CX-, +A~v~~~v-c~ ki-ibt+-L -(\ ,>,\;Wc <.b
LL G. e*&- \&-nc C<&,&- .rcl, c,: ?? ‘q x , ’W w L i < LC.; , M ~~\+-.
jL.*\&L. -u-i& L, \
Y 3‘ dh &:. i&,1.. i :. \>a-- -
3. i’ 7,- . i
I r i e---
9
\
fir- Y
<)
“--x < ’A
1 L, 1
i /’ -\ i i ICd \,JL%% ‘C J4-h -
1
>- 2 ! ’i
b
10/3/90 R
I
t 1
BIDDER'S STATEMENT OF' TECHNICAL ABILITY AND EXPERIENCE P
a The Bidder is required to state what work of a similar character to that included in tl
proposed Contract he/she has successfully performed and give references, with telephoi
numbers, which will enable the City to judge his/her responsibility, experience and ski
An attachment can be used. I
1
I
1
I
1
I
I
I
I
l
I
P
1
chMnOis-0
b
10/3/90 R
U
I
I
I
1
1
I
1
1
I
B
8
I
8
1p
I
3
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITED WITH BID
State of California 1
County of ~LW DL~~~ 1
-& , being first duly sworn, deposes
and says that he or she is
t
) ss.
%3~&wm~.daFEes 3n.
(Name of Bidder)
ULCE ’?{e\ d-e K f-
(Title)
of Kmx, “i1CLLL bc-.
(Name of Fib)
the party making the foregoing bid that the bid is not made in the interest of, or on be&
of, any undisclosed person, partnership, company, association, organization, or corporatio
that the bid is genuine and not collusive or sham; that the bidder has not directly
indirectly induced or solicited any other bidder to put in a false or sham bid, and has n
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyoi
shall refrain from bidding that the bidder has not in any manner, directly or indirect:
sought by agreement communication, or conference with anyone to fix the bid price, or
that of any other bidder, or to fix any overhead, profit, or cost element of advanta
against the public body awarding the contract of anyone interested in the propost
contract; that all statements contained in the bid are true; and further, that the bidder h
not, directly or indirectly submitted his or her bid price or any breakdown thereof, or t
contents thereof, or divulged information or data relative thereto, or paid, and will not pi
any fee to any corporation, partnership, company association, organization, bid deposit01
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 tf
affidavit was executed on the & day of
C
f- ,*-1991- I ; 2 c*+&.- L, ,... I kA’ L,L/ r‘t. kg,,< &,I- k,
Signature of Bidder I .I ”1 c
Subscribed and sworn to before me on the 34 day of BIY\U ,194. 1 (NOTARY SEAL)
10/3/90 Rc
U
8
I
I
I
1
CONTRACT - PUBLIC WORKS
This agreement is made this *day of -, 1991, by and between the Ci
of Carlsbad, California, a municipal corporat$on, (hereinafter called "City"), and
Knox Electric, Inc. whose principal place of business is
F
9545 Pathway #A, Santee CA 92071 I (hereinafter called "Contractor".)
City and Contractor agree as follows*:
1. Description of Work. Contractor shall perform all work specified in the Contr;
documents for:
PALOMAR AIRPORT ROAD & PALOMAR OAKS WAY TRAFFIC SIGNAL, I COIVTRACT NO. 3345
I (hereinafter called t'project'u)
2. Provisions of Labor and Materials. Contractor shall provide all labor, materia
tools, equipment, and personnel to perform the work specified by the Contr:
Documents.
Contract Documents. The Contract Documents consist of this Contract, Notj
Inviting Bids, ContractsJs Proposal, Biddex's Bond, Designation
Subcontractors, Bidder's Statements of Financial Responsibility and Technic
Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans a
Specifications, the Special Provisions, and all proper amendments and chang
made thereto in accordance with this Contract or the Plans and Specificatioi
and all bonds for the project; all of which are incorporated herein by tl
reference.
Contractor, her/his subcontractors, and materials suppliers shall provide a
install the work as indicated, specified, and implied by the Contract Documen
Any items of work not indicated or specified, but which are essential to t
completion of the work, shall be provided at the Contractor's expense to ful
the intent of said documents. In all instances through the life of the Contra
the City will be the interpreter of the intent of the Contract Documents, and t
4
I
1
I
I
1
8
1
3.
I
10/3/90 R 1.
I
I 1
1
I
!
I
1
4
1
I
I
I
I
1
I
City's decision relative to said intent will be final and binding. Failure of tl
Contractor to apprise subcoiitractors and materials suppliers of this condition I
the Contract will not relieve responsibility of compliance.
Pavment. For all compensation for Contractor's performance of work under th
Contract, City shall make payment to the Contractor per Section 9-3 of tl
Standard Specifications for Public Works Construction. The closure date for ea(
monthly invoice will be the 30th of each month. Invoices from the Contract1
shall be submitted according to the required City format to the City's assignt
project manager no later than the 5th day of each month. Payments will 1
delayed if invoices are received after the 5th of each month. The final retentic
amount shall not be released until the expiration of thirty-five (35) da
following the recording of the Notice of Completion pursuant to California CiT
F
4.
1 Code Section 3184.
5. Independent Investigation. (Contractor has made an independent investigation
the jobsite, the soil conditions at the jobsite, and all other conditions that mig
affect the progress of the work, and is aware of those conditions. The Contra
price includes payment for all work that may be done by Contractor, wheth
anticipated or not, in order to overcome underground conditions. AI
information that may have been furnished to Contractor by City abo
underground conditions or other job conditions is for Contractor's convenien
only, and City does not warrant that the conditions are as thus indicate
Contractor is satisfied with all job conditions, including underground conditio
and has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions- Contractor shall
responsible for all loss or damage arising out of the nature of the work or frc
the action of the elements or from any unforeseen difficulties which may arise
be encountered in the prosecution of the work until its acceptance by the Cii
Contractor shall also be responsible for expenses incurred in the suspension
discontinuance of the work. However, Contractor shall not be responsible f
reasonable delays in the completion of the work caused by acts of God, storr
weather, extra work, or matters which the specifications expressly stipulate IA
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves diggi
trenches or other excavations that extend deeper than four feet below the surfa
Contractor shall promptly, and before the following conditions are disturbf
notify City, in writing, of any:
7.
I
10/3/90 RI I.
I
I
I
1
I
1
b
I
I
1
1
Material that Contractor believes may be material that is hazardous wast
as defined in Section 25117 of the Health and Safety Code, that is require
to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from tho:
indicated.
Unknown physical conditions at the site of any unusual nature, differe:
materially from those ordinarily encountered and generally recognized (
inherent in work of the character provided for in the contract.
A. t
B.
C. I
City shall promptly investigate the conditions, and if it finds that the conditio1
do materially so differ, or do involve hazardous waste, and cause a decrease 1
increase in contractor's costs; of, or the time required for, performance of any pa
of the work shall issue a change order under the procedures described in tE 111 contract .
In the event that a dispute arises between City and Contractor whether tl
conditions materially differ, or involve hazardous waste, or cause a decrease
increase in the contractor's cost of, or time required for, performance of any pa
of the work, contractor shall1 not be excused from any scheduled completion da
provided for by the contract, but shall proceed with all work to be performc
under the contract. Contractor shall retain any and all rights provided either 1
contract or by law which pertain to the resolution of disputes and protes I between the contracting parties.
8. Change - Orders. City may, without affecting the validity of the Contract, ord
changes, modifications and extra work by issuance of written change ordei
Contractor shall make no cliange in the work without the issuance of a writtc
change order, and Contractor shall not be entitled to compensation for any ext
work performed unless the City has issued a written change order designating
advance the amount of addlitional compensation to be paid for the work. If
change order deletes any work, the Contract price shall be reduced by a fair ai
reasonable amount. If the parties are unable to agree on the amount
reduction, the work shall nevertheless proceed and the amount shall
determined by litigation. The only person authorized to order changes or ext
work is the Project Manager. The written change order must be executed by t
City Manager or the City Council pursuant to Carlsbad Municipal Code Sectic
a
1 3.28.1 72.
10/3/90 Rc
I
I
r
I
I
I
I
I
8
i
1.
I
I
I
I
II
I
I
I
1
Immimation Reform and Control Act. Contractor certifies he is aware of t€
requirements of the Immigration Reform and Control Act of 1986 (8 US
Sections 1101-1525) and has complied and will comply with these requirement
including, but not limited to, verifying the eligibility for employment of i
agents, employees, subcontractors, and consultants that are included in th
Contract.
Prevailinn Wage. Pursuant to the California Labor Code, the director of tl
Department of Industrial Relations has determined the general prevailing rate
per diem wages in accordance with California Labor Code, Section 1773 and
copy of a schedule of said general prevailing wage rates is on file in the office
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant
California Labor Code, Section 1775, Contractor shall pay prevailing wage
Contractor shall post copies of all applicable prevailing wages on the job site
Indemnification. Contractor shall assume the defense of, pay all expenses
defense, and indemnify and hold harmless the City, and its officers a1
employees, from all claims, loss, damage, injury and liability of every kind, natu
and description, directly or indirectly arising from or in connection with tl
performance of the Contractor or work; or from any failure or alleged failure
Contractor to comply with any applicable law, rules or regulations includii
those relating to safety and health; except for loss or damage which was causc
solely by the active negligence of the City; and from any and all claims, lo:
damages, injury and liability, howsoever the same may be caused, resultii
directly or indirectly from the nature of the work covered by the Contract, unle
the loss or damage was caused solely by the active negligence of the City. TI
expenses of defense include all costs and expenses including attorneys fees f
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the contra
insurance against claims for injuries to persons or damage to property which m<
arise from or in connection with the performance of the work hereunder by tl
Contractor, his agents, representatives, employees or subcontractors.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types
F 9.
10.
I
11.
12.
coverages and minimum limits indicted herein:
10/3/90 Rt P
I
I 1
I
I
I
1
I
4
I
I
I
1
I
I
I
1. Commehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily inju
and property damage. If the policy has an aggregate limit,
separate aggregate in the amounts specified shall be established fi
the risks for which the City or its agents, officers or employees a
additional insixeds.
F
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury a1
property damage.
Workers’ Compensation and Employers’ Liability Insurance:
Workers’ compensation limits as required by the Labor Code of tl
State of California and Employers’ Liability limits of $1,000,000 p
incident.
3.
(B)
I Liability Coverages:
ADDITIONAL PROVISIQNS - Contractor shall ensure that the policies
insurance required uinder this agreement contain, or are endorsed
contain, the following provisions. General Liability and Automob.
1. The City, its officials, employees and volunteers are to be cover1
as additional insureds as respects: liability arising out of activiti
performed by or on behalf of the Contractor; products ai
completed operations of the contractor; premises owned, lease
hired or borrowed by the contractor. The coverage shall conta
no special limitations on the scope of protection afforded to t
City, its officials, employees or volunteers.
The ContractoJs insurance coverage shall be primary insurance
respects the City, its officials, employees and volunteers. A
insurance or self-insurance maintained by the City, its officia
employees or volunteers shall be in excess of the contract0
insurance andl shall not contribute with it.
Any failure to comply with reporting provisions of the policies sh
not affect coverage provided to the City, its officials, employees
volunteers.
Coverage shall state that the contractor‘s insurance shall apI
separately to each insured against whom claim is made or suit
brought, except with respect to the limits of the insurer‘s liabili
2.
I
3.
4.
10/3/90 RI r
I
I
I
I
I
I
I
b
I
I
I
I
I
I
I
I
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad basis, coverage shall be maintained for a period of three years following t:
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by th
agreement shall be endorsed to state that coverage shall not be suspende
voided, canceled, or reduced in coverage or limits except after thirty (3
days' prior written notice has been given to the City by certified ma
return receipt requested.
t
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - An
deductibles or self-insured retention levels must be declared to an
approved by the City. At the option of the City, either: the insurer sha
reduce or eliminate such deductibles or self-insured retention levels i
respects the City, its officials and employees; or the contractor shall procur
a bond guaranteeing payment of losses and related investigation, claii I administration and defense expenses.
(F) WAIVER OF SUBROGATION - All policies of insurance required under thi
agreement shall contain a waiver of all rights of subrogation the insure
may have or may acquire against the City or any of its officials o
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured
under its policies or shall furnish separate certificates and endorsements fo
each subcontractor. Coverages for subcontractors shall be subject to all c
the requirements stated herein,
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer:
that have a rating in Best's Key Rating Guide of at least AV, as specified b;
City Council Resolution No. 90-96.
VERIFICATION OF COVERAGE - Contractor shall furnish the City wit1
certificates of insurance and original endorsements affecting coveragt
required by this clause. The certificates and endorsements for each
insurance policy are to be signed by a person authorized by that insurer to
bind coverage on its behalf. The certificates and endorsements are to be in
forms approved by the City and are to be received and approved by the City
before work commences.
COST OF INSURANCE - The Cost of all insurance required under this
agreement shall be included in the Contractor's bid.
(I)
(J)
10/3/90 Rev. f
I
I
I
I
a
I
1
I
4 17.
1
I
I
P
I
I
I
13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claii
Act (Section 900 et seq of' the California Government Code) for any claim
cause of action for money or damages prior to filing any lawsuit for breach
this agreement.
Maintenance of Records. Contractor shall maintain and make available at no c(
to the City, upon request, records in accordance with Sections 1776 and 1812
Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does r
maintain the records at Contractor's principal place of business as specifj
above, Contractor shall so inform the City by certified letter accompanying t
return of this Contract. Contractor shall notify the City by certified mail of a
change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing w
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashier's check, or certified check m
be substituted for any monies withheld by the City to secure performance of t
contract for any obligation established by this contract. Any other security tl
is mutually agreed to by the Contractor and the City may be substituted
monies withheld to ensure performance under this Contract.
Affirmative Action. Contractor certifies that in preforming under the purch:
order awarded by the City of Carlsbad, he will comply with the County of S
Diego Affirmative Action Program adopted by the Board of Supervisors, includi
P
14.
15.
16.
I all current amendments.
18. Provisions Reauired by Law Deemed Inserted. Each and every provision of 1;
and clause required by law to be inserted in this Contract shall be deemed to
inserted herein and included herein, and if, through mistake or otherwise, a
such provision is not inserted, or is not correctly inserted, then upon applicati
of either party, the Contract shall forthwith be physically amended to make su
insertion or correction.
....
....
....
....
10/3/90 R P
I
I
z
I
I
1
I
I
I By:
I-
N'
I
1'
I
I
Additional Provisions. Any additional provisions of this agreement are set for
in the "General Provisions" or "Special Provisions'' attached hereto and made
part hereof.
p 19.
- NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL SIGNATORIES
MUST BE ATTACHED
(CORPORATE SEAL)
a
1. APPROVED TO AS TO FORM: s f S-i- i ;L'-,hc I. -4,-
Title b VINCENT F. BIONDO, JR.
City Attorney
ATTEST:
, I WClerk c-J
I
10/3/90 Re P
3
ORBORATE ACKNOWLEDGMENT -BB
163, beforc L On this the &day of 0 L T. c,, t 15: - cr
the undersigned Notary Public, personally appeared
E( personally known to me
or on behalf of the corporation the
named and acknowledged to me that the corporation executed it
WITNESS my hand and official seal
THIS CERTIFICATE
MUST BE ATLACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Date of Document
Signer(s) Other Than Named Above
-d@m P 2-
-120 019 NATIONAL NOTARY ASSOCIATION - 8235 Remrnet Ave -PO Box 7184 - Ca
A
COMPANIES AFFORDING COVERAGE PACIFIC INSURANCE AGENCY
PO BOX 609006
SAN DIEGO CA 92160 COMPANY LETTER A GOLDEN EAGLE INS
GOLDEN EAGlE INS
COMPANY LETTER B
COMPANY c LETTER KNUX ELECTRIC
9545 PATHWAY ST #A COMPANY D LETTER
COMPANY LETTER E
CA 92071 REPUBLIC INDEMNITY CO AMERl
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
ALL LIMITS IN THOU: POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MM/DD/YY) TYPE OF INSURANCE POLICY NUMBER
5 /o 1 / 9 1 5 / 0 1 19 2 GENERAL AGGREGATE CCP14194 5 A GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGAl
CLAIMS MADE X OCCUR PERSONAL & ADVERTISING INJUR
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one persoi
CCP141945 5/01/Y1 5/01/92 P ED $ AUTOMOBILE LIABILITY
LlMlT 19 000
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS (Per person) INJURY $
x HIRED AUTOS BODILY x NON-OWNED AUTOS (Per accident) INJURY $
PROPERTY $ DAMAGE
GARAGE LIABILITY
EXCESS LIABILITY EACH OCCURRENCE
$ $
OTHER THAN UMBRELLA FORM
D WORKER'S COMPENSATION PC940282 1/01/91 1/01/92 STATUToRY
1, 000 (EACH ,A
$ 1,000 PsEA:
s
$ 1, 000 (DISEA:
AND
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHlCLES/SPEClAL ITEMS
WAY TRAFFIC SIGNAL
KNOX ELfCTRIC € CITY OF
9545 PATHMAY STREET STE A
CA 92071
4
*
e
w
INSURED : KNOX ELECTRIC
COMPANY: GOLDEN EAGLE POLICY NUMBER: CCPl41945 COMMERCIAL GENERAL LIA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
ame of Person or Organization: NOX ELECTRIC & CITY OF CARLSBAD RE: PALOMAR AIRPORT RD. & 6 OAKS WAY TRAFFIC SIGNF
(If no entry appears above, information required to complete this endc
will be shown in the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the
or organization shown in the Schedule, but only with respect to liabil
arising out of "your work" for that insured by or for you.
CG 20 10 11 85
e
I
I
8
I
1
1
1
I
1
I
1:
I
I
I
1
2
OPTIONAL
ESCROW AIGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION r
This Escrow Agreement is made and entered into by and between the City of Carlsb:
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaft
called "Ciw' and who
address is
hereinafter called "Contractor1' and
whose address is
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agr
as follows:
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optic
to deposit securities with Escrow Agent as a substitute for retention earnin
required to be withheld by City pursuant to the public works contract enterc
into between the City and Contractor for in tl
amount of dated
(hereinafter referred to as the "Contract"). A copy of said contract is attached
Exhibit "A". When Contractor deposits the securities as a substitute for Contrz
earnings, the Escrow Agent shall notify the City within ten (10) days of t
deposit. The market value of the securities at the time of the substitution sh(
be at least equal to the cash amount then required to be withheld as retentic
under the terms of the Contract between the City and Contractor. Securities sh(
be held in the name of City of Carlsbad and shall designate the Contractor as t
beneficial owner. Prior to any disbursements, Escrow Agent shall verify that t
present cumulative market value of all securities substituted is at least equal
the cash amount of all cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor for such funds whi
otherwise would be withheld from progress payments pursuant to the Contr:
provisions, provided that the Escrow Agent holds securities in the form a
amount specified above.
Alternatively, the City ma:y make payments directly to Escrow Agent in t
amount of retention for the benefit of the City until such time as the escrc
b
2.
3. I created hereunder is terminated.
P 10/3/90 R
I
I
I
II
I
I
I
4. Contractor shall be responsible for paying all fees for the expenses incurred
Escrow Agent in administering the escrow account. These expenses any payme
terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held
escrow and all interest earned on that interest shall be for the sole account
Contractor and shall be subject to withdrawal by Contractor at any time and frc
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in t
Escrow Account only by written notice to Escrow Agent accompanied by writt
authorization from City to tlhe Escrow Agent that City consents to the withdrav
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default
the Contractor. Upon seven (7) days written notice to the Escrow Agent frc
the City of the default of the Contractor, the Escrow Agent shall immediatt
convert the securities to cash and shall distribute the cash as instructed by t
City.
Upon receipt of written notification from the City certifying that the Contracl
has complied with all requirements and procedures applicable to the Contra
Escrow Agent shall release to Contractor all securities and interest on deposit 1t
escrow fees and charges of the Escrow Account. The escrow shall be clos
immediately upon disbursement of all monies and securities on deposit a
payments of fees and charges.
Escrow Agent shall rely on the written notifications from the City and t
Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement a
the City and Contractor shall hold Escrow Agent harmless from Escrow Agen
release and disbursement of the securities and interest as set forth in Section:
thru 8 and 10.
r
5.
1
6.
7.
8. I
I
9. I
1
I
I ....
I
I ....
1
....
....
....
....
II) 10/3/90 R
I
I
I
10. The names of the persons who are authorized to give written notices or
receive written notice on behalf of the City and on behalf of Contractor
connection with the foregoing, and exemplars of their respective signatures a
as follows:
For City: Title
r
Name 1 Signature
Address
For Contractor: Title
n
I Name
Signature
Address
4
1 For Escrow Agent: Title
Name
Signature
Address
b
I
I
1
I
1
I
I
I
P 10/3/90 RI
I
I At the time the Escrow Account is opened, the City and Contractor shall deliver to t
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officf
on the date first set forth above. t
I For City: Title
Name
Signature
1
I
II
I
1
I
I
I
I
I
1
I Address
For Contractor: Title
Name I Signature
Address
For Escrow Agent: Title
Name
Signature
Address
b
Ip 10/3/90 Rc
I 4
E RELEASE FORM
p
1 PROJECT DESCRIPTION:
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensatic
of whatever nature due the Contracror for all labor and materials furnished and for
work performed on the above-referenced project for the period specified above with t
exception of contract retention amounts and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
I
I
I
I
DISPUTED CLAIMS
DESCRIPTION OF CLAM AMOUNT CLAIMED
The Contractor further expressly waives and releases any claim the Contractor may hw
of whatever type or nature, for the period specified which is not shown as a retentil
amount of a disputed claim on this fom. This release and waiver has been ma
voluntarily by Contractor without any fraud, duress or undue influence by any person
entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, a
work due Subcontractors for the specified period have been paid in full and that the parti
signing below on behalf of Contractor have express authority to execute this release.
DATED:
e
I
I
I u
I
I
I:
P
I
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By: H Title:
By:
Title:
10/3/90 R(
c
1
1
S
I
8
i
I
1
I
8
1
1
I
il
II
P
I
c
t
TECHNI[CAL SPECIFICATIONS C
10/3/90 RI
1
U SPECIAL, PROVISIONS
I. SUPPLEMENTARY GENERAL, PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CON!YIXUCI'ION
t
I 1-1 TERMS
I
i
I
I
1
I
1
I
I
4
I
P
I
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simil
import are used, it shall be understood that reference is made to the plans accompanyii
these provisions, unless stated otherwise.
B. Directions :
Where words "directed," "designated," "selected," or words of similar import are used,
shall be understood that the direction, designation or selection of the Engineer is intend€
unless stated otherwise. The word "required' and words of similar import shall
understood to mean "as required to properly complete the work as required and
approved by the City Engineer," unless stated otherwise. 1, c. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar impc
are used, it shall be understood such .words are followed by the expression "in the opini(
of the Engineer," unless otherwise stated. Where the words "approved," "approva
"acceptance," or words of similar import are used, it shall be understood that the approv
acceptance, or similar import of the ]Engineer is intended. I D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expen:
shall perform all operations, labor, tools and equipment, and further, including t
furnishing and installing of materials that are indicated, specified or required to mean tk
the Contractor, at her/his expense, shall furnish and install the work, complete in place a
ready to use, including furnishing of necessary labor, materials, tools, equipment, a
transportation.
10/3/90 Rc
I
l c c
1-2 DEFINITIONS
Modlfy Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his approved representative
24 CONTRACTBONDS
Mod@ Paragraph 3 as follows:
Contractor shall provide two good and sufficient surety bonds. The "Payment Bon
(Material and Labor Bond) shall be for not less than 50 percent of the contract price
satisfy claims of material suppliers and of mechanics and laborers employed by contract
on the project.
Add:
The Payment Bond and the Performance Bond shall be kept in full force and effect by tl
Contractor during the course of this project. Both bonds shall extend in full force ai
effect and be retained by the City for a period of one (1) year from the date of form
acceptance of the project by the City.
F
I
t
I
I
I
4
1
I
8
I
I
I
8
1
b
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specifications for Public Wor
Construction, 1988 Edition, the 1989 and 1990 supplements, hereinafter designatc
SSPWC, as issued by the Southern California Chapter of the American Public Wor
Association, and the California Department of Transportation Standard Specifications ai
Standard Drawing 1988 Edition, and these Special Provisions.
The Construction Plans consist of 1. sheet(s) designated as City of Carlsbad Drawing N
319-8. The standard drawings utilized for this project are the latest edition of the Sta
of California Department of Transportation Standard Plans, together with the City
Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings a
enclosed with these documents.
To Section 2-5.3, Shop Drawings, add:
10/3/90 Rc P
U
I
Where installation of work is required in accordance with the product manufacture:
direction, the Contractor shall obtain and distribute the necessary copies of su(
instruction, including two (2) copies to the City. f
I. To Section 2-5, add:
2-5.4 Record Drawinzs:
The Contractor shall provide and keep up-to-date a complete "as-built" record set
transparent sepias, which shall be corrected daily and show every change from the origin
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer
underground piping, valves, and all other work not visible at surface grade. Prints for tl
purpose may be obtained from the City at cost. This set of drawings shall be kept on t
job and shall be used only as a record set and shall be delivered to the Engineer upi
completion of the work.
I
I
I
1
4
8
1
II
I
1
I
I
I 4-1 MATERIALS AND WORKMANSHIP
To Section 4-1 -3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representatii
The Engineer shall have free access to any or all parts of work at any time. Contract
shall furbish Engineer with such information as may be necessary to keep her/him fu
informed regarding progress and maimer of work and character of materials. Inspectic
of work shall not relieve Contractor from any obligation to fulfill this Contract.
Moddy Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testi
materials and/or workmanship where the results of such tests meet or exceed t
requirements indicated in the Standard Specifications and the Special Provisions. The c(
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall
approved by him before the delivery is started. All materials proposed for use may
inspected or tested at any time during their preparation and use. If, after trial, it is fou
that sources of supply which have been approved do not furnish a uniform product, 01
the product from any source proves unacceptable at any time, the Contractor shall hrnj
approved material from other approved sources. After improper storage, handling or a
other reason shall be rejected. I
10/3/90 Rc P
1
I
1
I
R
I
4
I
I
I
I
8
I
All backfill and subgrade shall be compacted in accordance with the notes on the plans ai
the SSPWC. Compaction tests may be made by the City and all costs for tests that me
or exceed the 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 Engine(
The costs of any retests made necessary by noncompliance with the specifications shall
borne by the Contractor.
Add the following section:
P
I 4-1.7 Nonconforminn Work
The contractor shall remove and replace any work not conforming to the plans
specifications upon written order by the Engineer. Any cost caused by reason of tl
nonconfonning work shall be borne by the Contractor. I 5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known recon
endeavored to locate and indicate on the Plans, all utilities which exist within the lim
of the work. However, the accuracy of completeness of the utilities indicated on the Pla
is not guaranteed. I 54 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including serv
connection, desired by the Contractor for his/her own convenience shall be the Contractc
own responsibility, and he/she shall rnake all arrangements regarding such work at no c(
to the City. If delays occur due to utilities relocations which were not shown on the Plai
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
relocate utilities which interfere with the construction, the Contractor, upon request to t
City, may be permitted to temporarily omit the portion of work affected by the utility. T
portion thus omitted shall be constructed by the Contractor immediately following t
relocation of the utility involved unless otherwise directed by the City. 1
10/3/90 R P
8
I
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be subrnitted by the Contractor per the following:
F
1
1. The prime contractor Is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detailed critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of
construction activities, identifying work for the complete
project in addition to work requiring separate stages, as well
as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50%
and 90% completion, and any other major construction
milestones, materials and equipment manufacture and
delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval
the schedule as required by City when progress is not in
compliance with the original schedule. The prime
contractor shall submit revised project schedules with each
and every application for monthly progress payment
identifying changes since the previous version of the
schedule.
1
I
I
1
1
4
I
I
I
B
I
I
I
I
3.
4. The schedule shall indicate estimated percentage of
completion for each item of work at each and every
submission.
The failure of the prirne contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at
its sole election, to withhold up to 10% of the monthly
progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by City as to completeness
and conformance with the aforementioned provisions.
5.
10/3/90 Rc r
I
I L c
4
I
I
I
I
1
4
I
1
I
I
I
1
No changes shall be made to the construction schedule without the prior written approv
of the Engineer. Any progress payments made after the scheduled completion date sh
not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflictir
utilities shall be requirements prior to commencement of work by the Contractor.
f
6-7 TIME OF COMPLETION
The Contractor shall not start work until such time as all equipment and materials ha
been received and are ready for installation. Equipment submittals shall be made on
before the preconstruction meeting and equipment ordered immediately after approval
The Contractor shall begin work within 10 calendar days after receipt of all equipment ai
shall diligently prosecute the work to completion within 90 consecutive days after recei
of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. a1
sunset, from Mondays through Fridays. The contractor shall obtain the approval of tl
Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission
the Engineer. This written permission must be obtained at least 48 hours prior to SUI
work. The Contractor shall pay the lipection costs of such work. 1
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completio
and any faulty work or materials discovered during the guarantee period shall be repair
or replaced by the Contractor, at his expense.
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $300 per di
for each day beyond the completion date as liquidated damages for the delay. Ar
progress payments made after the specified completion date shall not constitute a waiv
of this paragraph or of any damages. I
10/3/90 Re P
1
I
1
I;
1
II
b
I
I
I
1
I
II
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-wa
grading, and building permits necessary to perform work for this contract on City propert
in streets, highways (except State highway right-of-way), railways or other rights-of-wa
t
I Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT AND SJTE I"AGEMlm
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working da
at the City's request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflc
in good repair when in use on the project with special attention to City Noise Conti
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
1
1
7-10 PUBLIC CONVENIENCE AND SAFETY
7.10.1 Traffic and Access
The Contractor shall submit traffic control plans for approval for each phase of work
accordance with the State of California Manual of Traffic Controls, 1990.
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safetv and Protection of Workers and public
The Contractor shall take all necessary precautions for the safety of employees on the wc
and shall comply with all applicable provisions of Federal, State and Municipal safety lai
and building codes to prevent accidents or injury to persons on, about, or adjacent to t
premises where the work is being performed. He/she shall erect and properly maintain
all time, as required by the conditions and progress of the work, all necessary safeguar
10/3/90 Rc
I
r
I
I L
for the protection of workers and public, and shall use danger signs warning again
hazards created by such features of construction as protruding nails, hoists, well holes, a1
falling materials. f
I 7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation ai
Grading.
If this notice specifies locations or possible materials, such as borrow pits or gravel bec
for use in the proposed construction project which would be subject to Section 1601
Section 1603 of the Fish and Game Code, such conditions or modifications establish1
pursuant to Section 1601 of the Fish and Game Code shall become conditions of t
contract.
8 FACILITJES FOR AGENCY PERSOINNEL
Delete this section.
I
1
I
I
1
I
I
1
I
I
I
P
I
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amou
of retention.
C
I 10 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perfoi
necessary surveying for this project. Ftequirements of the Contractor pertaining to this it€
are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveyi
service Within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at :
intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heade
sewers, storm drains, and structures (4 comers min.). Rough grade as required to sati:
cut of fill to finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown li
base grade of streets as required by ]Engineer.
10/3/90 RI
I
I 4
Contractor shall protect in place or replace all obliterated survey monuments as per Sectic
8771 of the Business and Professional Code.
Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencir
P
I construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the constructic
under this contract. The Contractor shall contact the appropriate water agency fi
requirements. The contractor shall include the cost of water and meter rental with
appropriate items of the proposal. No separate payment will be made.
I
I
1
I
I
I
I
i
I
U
I
I
P
I
C
10/3/90 Rc
L
I
1
I
I
I
I
I
1
I
I
I
I
1
TRAFFIC SIGNAL INSTALLATION - Furnishing and installing traffic signals and payme
therefore shall conform to the provisions in Section 86, "Signals & Lighting", of tl
CALTRANS Standard Specifications, dated January 1988, and these Special Provisions.
EquiDment fist and Drawinm
Equipment list and drawings of elecitrical equipment and material shall conform to tl
provisions in Section 86-1.03, "Equipment List and Drawings', of the CALTRANS Standa
Specifications and these Special Provisions.
The controller cabinet schematic wiring diagram and intersection sketch shall be combinc
into one drawing, so that, when the cabinet door is fully open, the drawing is orientc
P
I with the intersection.
The Contractor shall furnish a maintenance manual for all controller units, auxilia
equipment, vehicle detector sensor units, control units and amplifiers. The maintenan
manual and operation manual may be combined into one manual. One copy of tl
maintenance and operation manual shall be submitted to the City prior to installation. TI
maintenance manual shall include, but need not be limited to the following items: I
(a) Specifications
(b) Design Characteristics
(c) General Operation Theory
(d) Function of all Controls
(e)
(f) Block Circuit Diagram
(g) Geographical Layout of Components
(h) Schematic Diagrams
(i)
Trouble Shooting Procedure (Diagnostic Routine) c
List of Replaceable Component Parts with Stock Numbers
All the equipment shall be tested by an independent laboratory and at the Contract0
expense.
Foundations
Foundations shall conform to the provisions of Section 86-2.03, "Foundations", of t
CALTRANS Standard Specifications and these Special Provisions.
Portland cement concrete shall contform to Section 90-10, "Minor Concrete", of t
CALTRANS Standard Specifications and shall contain not less than 470 pounds of ceme
per cubic yard, except concrete for pile foundations shall contain not less than 564 poun
of cement per cubic yard. I
I) 10/3/90 Rc
L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Fifth Paragraph in Section 86-2.03, "Foundations", of the CALTRANS Standa
Specifications is amended to read:
Yast in drilled hole concrete pile foundations for traffic signal and
lighting standards shall conform to the provisions in Section 49,
"Piling", with added requirements that standards shall not be erected
until seven (7) calendar days have elapsed after placing the concrete
and that material resulting from drilling holes shall' become the
property of the Contractor."
P
Excess unclassified material resulting from foundations or grading shall become tl
property of the Contractor and shall be properly disposed of.
Conduit
Conduit shall conform to the provisions of Section 86-2.05 "Conduit" of the CALTW
Standard Specifications and these Splecial Provisions.
Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable dI
bit for the size hole required.
Insulated bonding bushings will be required on metal conduit.
After conductors have been installed, the ends of conduits terminating the pull boxes ai
controller cabinets shall be sealed with an approved type of sealing compound.
Heavy Wall Underwriters Laboratories approved polyvinyl chloride (P.V.C. Sch. 40) condi
may be used in sidewalk and roadwa,y areas provided the proper depth is adhered to.
the jacking method is used, a hole must be bored and prior to removal of the boring toc
the polyvinyl chloride shall be pulled back through the bored hole.
At locations where conduit is to be iilstalled by jacking or drilling as provided in Sectic
86-2.05C, "Installation," of the CALTRANS Standard Specifications, and if delay to a
vehicle will not exceed 15 minutes, conduit may be installed by the trenching method
follows:
C
I
Installation of Conduit Under the Road: All conduits under the roadway shall
installed by jacking, and no trenching of the roadway will be allowed.
Pull Boxes
Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of t
CALTRANS Standard Specifications and these Special Provisions.
P 10/3/90 Rc
I
1 I Grout in bottom of pull boxes will not be required.
Conductors and Wiring
Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductor
and Section 86-2.09 'Wiring," of the {CALTRANS Standard Specification and these Speci
P
I Provisions.
Vehicle detector lead-in cables within the controller cabinet shall be labeled with tl
appropriate detector number identification that is shown on the construction plans. T:
label shall be a permanent type.
Conductors shall be spliced by the use of "6" shaped compression connectors as shown
the CALTRANS Standard Plans.
Splices shall be insulated by "Method1 B."
Field Testing
Field Testing shall conform to the provisions in Section 86-2.14B "Field Testing", of t
CALTRANS Standard Specifications and these Special Provisions.
Meggar test for traffic signal and lighting conductors shall be performed in the followi;
order:
After conductors ,are connected to signal head terminal, and befc
I
I
I
I
I
I
I
I
I
5
Signal:
connection to controller.
Lighting: Before fuses are installed in fused splice connectors.
Load side conductors in signal heads shall be disconnected from terminal bloc
during the test.
C
The full cost for the Contractor performing this field testing in the presence of the Engine
shall be included in the lump sum price for Traffic Signal and Street Lighting Installati
and no additional payment will be allowed therefor.
Painting
Painting shall conform to the provisions in Section 86-2.16, "Painting', of the CALTRAI
Standard Specifications and these Special Provisions.
All paint is to be furnished and applied by the Contractor at his expense.
Factory finish will be satisfactory for new luminaires and no further painting will
I
i required.
P 10/3/90 Rc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d
Steel poles and mast arms shall not be painted except that all cuts or damaged edges sh
be covered in accordance with Section 75-1 -05, "Galvanizing," of the CALTRANS Standa
Specifications.
Signal Controller
Model 170 traffic controller units, cabinets, and auxiliary equipment shall conform to t
provisions in Section 86-3.1 1 "Model 170 Controller Assembly" of the CALTRANS Standa
Specifications and these Special Provisions. The controller shall be equipped with Bi-Tra
local intersection control program Type 200SA and a full complement of prom chips. T
Contractor shall install the new Type 170 controller in a model 332-aluminum cabinet
P
I Emergency Vehicle Preemption
Emergency vehicle preemption shall be a modulated light signal detection system whi
shall conform to the details shown on the plans and these Special Provisions.
A. GENERAL - Each modulated light signal detection system shall consist of
optical detector/discriminator assembly or assemblies located at the traffic sign
Each system shall permit detection of Class I1 (Emergency) Vehicles. They sh
be capable of being detected at any range of up to 1800 feet (550 meters) frc
the optical detector.
The modulation frequency for Class I1 signal emitters shall be 14.035 Hz&0.2
Hz.
C
B. OPTICAL DETECTION/DISCRIMINATOR ASSEMBLY
1. General - Each optical detection/discriminator assembly shall consist of o
or more optical detectors, connecting cable and a discriminator module
Each such assembly when used with standard emitters shall have a ran
of at least 1800 feet (550 meters) for Class I1 signals. Range measuremei
shall be taken with all range adjustments on the discriminator module : 1 to "maximum."
2. Optical Detector - Each optical detector shall be a weatherproof u
capable of being easily mounted on a mastarm. The housing shall have
least one opening threaded for 3/4-inch conduit, through which all win
shall enter. Each detector shall weigh not more than 2 pounds and sh
present a maximum wind load area of 36 square inches. I
P 10/3/90 R
I
I
I
I
I
I
1
I
I
L
Each detector shall be capable of receiving optical energy from one of tv
axially opposed directions. The reception angle shall be a maximum of i
degrees (12 degrees total included angle) measured in the horizontal plai
about the center axis of the light sensing element. The reception angle
the vertical plane measured about the center axis of the light sensii
element shall be maximum of 4 degrees above and 8 degrees below th
center axis. Measurements are to be taken at a range of 1800 feet (51
meters) for each Type 11 emitter.
All internal circuitry shall be solid state and electric power shall be provid
by the respective disciiminator module.
Cable - Emergency Vehicle Pre-emptor Detector Lead-in Cable shall confoi
to the provisions of Section 86-2.08, "Conductors," of the Standa
Specifications and these Special Provisions.
Emergency vehicle yre-emptor detector lead-in cable shall meet t
characteristics of IPCEA-S-61-402 or NEMA WC5, Section 7.4, 60C
Control Cable, 75"C, Type B.
Conductors shall be 3 No. 20-7x28 stranded.
Conductor strands shall be individually tinned.
Conductor insulation shall be a low-density polyethylene material havi
a minimum thickness of 25 mils.
Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange.
The cable shall have 'I No. 20-7x28 stranded, tinned, bare drain wire.
The drain wire shall be placed between the insulated conductors and
P
3.
C
I
I shield.
The shield shall be of tinned copper-brass or aluminum polyester tape w
a nominal 20% overlap. The conductive surface of the shield shall be
contact with the drain wire.
Capacitance measured1 between any conductor and the other two conduct(
and the shield shall not exceed 48 piccfarads per foot when tested at 10
hertz.
The cable jacket shall be a black PVC material rated for 600 volts and 5
and shall have an average minimum wall thickness of 45 mils.
I
I
I
I
I
1) 10/3/90 R
L
1
I
I
B
0
I
I
I
1
I
i
I
The finished outside diameter of the cable shall be between 0.28 and 0.:
of an inch.
The cable jacket shall be marked with the manufacturers name, insulatic
type designation, number of conductors and conductor size, and voltage ai
temperature ratings.
Discriminator Module - Each discriminator module shall be designed to '
compatible and usable with a Model 170 controller unit and to be mountc
in the input file of a Model 332 aluminum controller cabinet. In additio
each discriminator module shall conform to the requirements of chapter
of the State of California, Department of Transportation, "Traffic Sigr
Control Equipment Specifications," dated April, 1978, and to all addendur
thereto current at the time of project advertising.
Each discriminator moldule when used with its associated detectors shall
capable of:
a)
r.
4.
Receiving Class I1 signals at a range of up to 1800 feet (Si
meters).
Decoding the signals on the basis of fiequency:
14.035 Hz 2 0.255 Hz for Class I1 signals
b)
c) Establishing the validity of received signals on the basis
frequency and. length of time received. A signal shall be consider
valid only when received for more than 0.50 second. I
combination of Class I signals shall be recognized as a Class
signal regardless of the number of signals being received, up tc
maximum of ten signals. Once a valid signal has been recogniz
its effect shall be held by the module in the event of temporary IC
of the signal for a period adjustable from 4.5 seconds to 11 secon
in at least 2 steps at 5 seconds 20.5 second and 10 seconds 1C
second.
Providing an output that will result in a "low" or ground
condition of the appropriate input of a Model 170 controller ur
For Class I1 signals the output shall be steady.
C
dl I
I
I
Each discriminator module shall receive electric power from the controller cabir
at either 24 volts DC or 120 volts AC.
Each channel together with its associated detectors shall draw not more than 1
milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts A(
1) 10/3/90 Ri
I
L
I
I
1
1
1
8
I
I
I
I
I
Electric power, one detector input for each channel and one output for each channel sh
terminate at the printed circuit board. edge connector pins listed below.
Board edge connector pin assignment shall be as follows:
A DCGround
B +24VDC P NC
C NC
D Detector Input, Channel A R NC
E 224 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+
f
- Slotted for Keying
(C) Collector cannot be used by manufacturer
(E) Emitter
(NC) Not connected;
for any purpose.
Two auxiliary detector inputs for each channel shall enter each module thou;
the front panel connector. Pin assignment of the connector shall be as follow
G
a) Auxiliary Detector 1 Input, Channel A
b) Auxiliary Detector 2 Input, Channel A
c) Auxiliary Detector 1 Input, Channel B
d) Auxiliary Detector 2 Input, Channel B
Each channel output shall be an optically isolated NPN open collector transist
capable of sinking 50 milliamperes at 30 volts and shall be compatible with t
Model 170 controller unit inputs.
Each discriminator module shall be provided with means of preventing transier
received by the detector(s) from affecting the Model 170 controller assembly
Each discriminator module shall have a single connector board, shall be capat
of being inserted into the input file of a Model 332 aluminum cabinet and sh
occupy one slot width of the input file. The front panel of each module sh
have a handle to facilitate withdrawal and the following controls and indicatc I for each channel:
P 10/3/90 Rc
1
I
I
I
L
I
I a) Three separate range adjustments each for Class I1 signals.
b) A three-position, center-off, momentary contact switch, one position (u,
labeled for test operation of Class I1 signals.
c) A "signal" indication and a "call" indication each for Class 11. The "sign:
indication denotes that a signal above the threshold level has bec
received. A "call" indication denotes that a steady, validly coded sign
has been received. These indications may be accomplished with a sing
indication lamp; "signal" being denoted by a flashing indication and "ca
with a steady indication.
P
I
1
I
i
I
I
I
B
1
1
II
In addition, the front panel shall be provided with a single circular, bayonc
captured, multi-pin connector for two auxiliary detectors inputs for each channr
Connector shall be a mechanical configuration equivalent to a MIL-C-26482 Wi
10-4 insert arrangement, such as Burndy Metalock Bantam series, consisting c
Wall Mounting Receptacle, UTGO-10-4P with SM20M-1 gold plated pins.
Plug, UTG6-10-4SN with1 SC20M-1 gold plated sockets; cable clamp and stra
relief that shall provide for a right angle turn within 2.5 inches (64mr
maximum from the front panel surface of the discriminator module.
8
For Module 2 (5-13):
Position Assignment
G
-
7 +24VDC from (J-13E)
8 Detector Ground from (J-13K)
9
10
11
Channel A Auxiliary Detector Input 1
Channel A Auxiliary Detector Input 2
Channel B Auxiliary Detector Input 1 1 12 Channel B Auxiliary Detector Input 2
Wiring for a Model 336 cabinet shall conform to the following:
Slots 10 and 11 of Input File "I" have each been wired to accept a 2-cham
module.
Field wiring for the primary detectors, except 24 volt DC power, shall tedna
on terminal boards on the rear of the Input File "I". Position assignments on tl
input file terminal boards are as follows: I
P 10/3/90 Re
I
C I Position Ident. Assignment
1-10D Channel A Detector Ihput, 1st Module
1-1OJ Channel B Detector I:nput, 1st Module
4-llD Channel A Detector Input, 2nd Module
1-115 Channel B Detector Input, 2nd Module
1-10E +24 VDC to Detectors
1-11E +24 VDC to Detectors
1-10K DC Ground to Detectors
1-IlK DC Ground to Detectors
All field wiring for the auxiliary detectors shall terminate on terminal board TB
in the controller cabinet. Position assignments have been reserved as follow:
Position Number Assianm-
t
I
I
I
1
2
3
4 +24 VDC from 1-10E
5 +24 VDC from 1-11E
6
Auxiliary Detector Input No. 1
Auxiliary Detector Input No. 2
Auxiliary Detector Input No. 3
I
I
1
I
I
I
I
I
1
I
1
DC Ground from 1-10K and 1-11K
SYSTEM OPERATION
The Contractor shall demonstrate that all of the components of each system a
compatible and will perforni satisfactorily as a system. Satisfactory performan
shall be determined using the following test procedure:
1. Each system to be used for testing shall consist of an optical emitter assemb
an optical detector, at least 200 feet of connecting cable and a discriminat
module.
b C*
2. The discriminator module shall be installed in the proper input file slot
Model 332 controller cabinet. The controller cabinet, together with a Mo(
170 controller unit witlh the appropriate operating program, a Model 2
monitor unit and 120 volt AC power will be available.
3. Tests shall be conducted using a Class 11 signal emitter and a distance of 181
feet between the emitter and the detector. AU range adjustments on t
module shall be set to "Maximum" for each test.
t 10/3/90 Rl
I
1 C
4. Each above test shall be conducted for a period of one hour, during which tl
emitter shall be operated for 30 cycles, each consisting a one minute "0
interval and a one minuxe "off' interval. During the total test period (a) tl
emitter signal shall cause the proper response from the Model 170 control1
unit during each "ont' interval and (b) there shall be no improper operatic
of either the Model 170 controller unit or the monitor unit during each "0
t
I interval.
Simal Face and Signal Heads
Signal faces, signal heads and auxiliary equipment, as shown on the plans, and t
installation thereof, shall conform to the provisions in Section 86-4 "Traffic Signals ai
Fittings" of the CALTRANS Standard Specifications and these Special Provisions.
All signal faces and all arrow indications shall be provided with 12-inch sections and gla
lenses.
All lamps for traffic signal units shall be furnished by the Contractor.
Non-metallic vehicle signals may not be substituted for the type specified in Paragraph
Section 86-4.01 (B), "Housing" of the CALTFZANS Standard Specifications. All vehic
signals shall be of the same material.
Pedestrian Simals
Pedestrian signals shall conform to the provisions in Section 86-4.05, "pedestrian Sign
Faces," of the CALTRANS Standard Specifications and these Special Provisions.
Pedestrian signals shall be Type G with international symbols. Each Type G pedestri;
signal shall consist of a housing with front screen, a message plate and two light sourct
each consisting of luminous tubing and power supplies for the luminous tubing.
The message plate shall be 1/8-hch nominal thickness, ultraviolet-stabilized, prismat
patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; 1
3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. TI
message plates shall have a flat-back surface over the entire projected area except whe
the symbols are located. The material used to mask the message plate shall be hard a1
durable and shall bond such that it will not flake nor peel when the message plate is in u
or is washed. The symbols shall be the only illuminated portion of the message plate.
The message plate shall be sealed to a polycarbonate case to form a dusttight ax
weatherproof module. The module shall contain and properly support the luminous tubii
and power supplies.
I
I
1
I
1
C
1
1
I
1
8
I
1
1
P 10/3/90 Re
1
1 C
Each light source shall have a separate power supply. Each power supply shall require le
than 30 watts with a power factor of not less than 90 percent over a range of inp
voltages from 105 to 130, at a frequency of 60 (+/-1) Hz.
Each symbol shall not be less than 11 inches high and not less than 7 inches wide.
?
1 Detectors
I Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standa
CALTRANS Specifications and these !Special Provisions.
Loop detector lead-in cable shall be Type B.
Internally Illuminated Street Name Sims
Internally illuminated street name signs shall conform to the provisions of Section 86-6.0t
of the CALTRANS Standard Specifications.
Internally illuminated street name signs shall be Type A. Four two-sided internal
illuminated street name signs shall be provided. Two shall read "Palomar Airport Roa
and two shall read "Palomar Oaks Way." All lettering shall be on one line.
Sips
Signs shall conform to these Special Provisions, the Plans and the State of California Trafl
Manual. The Contractor shall furnish and install signs as shown on the plans. The sig
shall be aluminum with a minimum .,080 gauge thickness. All signs shall be reflective
New roadside signs shall be installed at the locations shown on the plans or where direct1
by the Engineer, and shall conform to the details shown on the plans and the provisio
in Section 56-2, "Roadside Signs", of the Standard Specifications.
Roadside sign panels shall be installed on new posts and a new traffic signal standard m:
arm at locations shown on the plans olr where directed by the Engineer and in conformanl
with the provisions in Section 56-2.04, "Sign Panel Installation" of the Standa
Specifications and these special provisions. New posts shall be 1-3/4 inch telspar.
High Intensity Discharne Luminaires
Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity Dischar:
Luminaires", of the CALTRANS Standard Specifications and these Special Provisions.
250W high pressure sodium vapor luminaires shall be provided with integral ballasts ai
integral photo-electric cells.
u
I
I
I
i
I
I
1
I
I
II
1,
1
I) 10/3/90 Rc
I
1 C
Each luminaire shall be provided with an internal ballast assembly (including balla:
capacitor, and lamp starter unit). All connections from the ballast assembly shall be ma(
with a single multi-circuit connector or individual color-coded NEMA tab connectors. Fie
connections to the luminaires shall terminate on a barrier type terminal block secured
the housing.
Glare shields are not required.
The luminaires shall be constructed and installed in such a manner as to provide Type
distribution with the outer edge of the lurninaire's housing below the entire light sourc
and all glassware.
The luminaire's optical assembly shall provide without the addition of external shieldin
a 90 degree cutoff with no significant light emitted above the horizontal.
r
I
I
1
I
1
I
8
I
I
1
I Traffic Striping
Striping, paint, traffic stripes and pavement markings shall conform to the provisions
Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings," of t
Standard Specifications and these Special Provisions.
Sections 84-3.02, "Materials," of the Standard Specifications is amended to read:
Paint for traffic stripes and pavement markings shall conform to the followii
State Specifications:
State
b
Paint Saecification No.
Fast Dry Solvent Borne - White, Yellow and Black
Rapid Dry Water Borne - White, Yellow and Black
8010-51K-04
8010-42L-30
Rapid Dry Solvent Borne - White and Yellow 80 1 0-5 1 K-02
Glass beads shall conform to State Specification No. 8010-515-22 (Type 11).
Copies of State Specifications for traffic paint and glass beads may be obtained from t
Transportation Laboratory, Post Office Box 19128, Sacramento, CA 95819, (919) 72
2400.
The kind of paint to be used (solvent borne or water borne) shall be determined by t
Contractor based on the time of year the paint is applied and local air pollution conti I regulations.
Solvent borne white and yellow paint shall be either the Fast Dry or Rapid Dry type at t 1 option of the Contractor.
I) 10/3/90 RI
I
1
L 1 Thinning of paint will not be allowed.
Paint shall be tested prior to use or the manufacturer shall provide the Engineer with
Certificate of Compliance in accordance with the provisions of Section 6-1.07, "Certificat
of Compliance," of the Standard Specifications. Said certificate shall certify that the pai
complies with the specifications and that paint manufactured to the same formulation ai
process has previously passed State testing. A list of manufacturers that have producl
paint meeting State specifications is available from the Transportation Laborator
(Material supplied by manufacturers other than those that have manufactured approvc
paint will require complete testing.)
The second paragraph in Section 81-3.03, "Mixing," of the Standard Specifications
P
I
I
1 deleted.
The fourth and fifth paragraphs in Section 84-3.05, "Application," of the Standa
Specifications are amended to read: I
I
1
I
I
i
1
1
I
I
I
A one-coat 3-inch wide black stripe shall be painted between the two 4-inch wic
yellow stripes of a double traffic stripe. If the two 4-inch wide yellow stripes a
to be applied in 2 coats, the black stripe shall be applied concurrently with tl
second coat of yellow stripes.
On new surfacing, pavement markings and traffic stripes (except the black stri.
between the yellow stripes of a double traffic stripe) shall be applied in 2 COE
unless otherwise shown on the plans. The first coat of paint shall be dry befo
application of a second coat.
On existing surfacing, pavement markings and traffic stripes shall be applied
one coat.
I)
Traffic Striping Removal
Traffic striping removal shall confomi to Section 15, "Existing Highway Facilities," of tl
CALTRANS Standard Specifications, and these Special Provisions.
Traffic striping removal shall consist of removing all obsolete traffic striping and legen
within the project limits as directed by the Engineer.
The Contractor shall neatly and thoroughly remove all of the traffic striping and legen
by the sandblast cleaning method.
Full compensation for traffic striping removal shall be considered as included in the lun
sum contract price paid for installation of traffic signal and safety lighting, and 1
additional compensation will be allowed therefor.
P 10/3/90 Rc
5
I
I Payment
Payment for traffic signal installation shall be at the contract lump sum price and shall 1
considered full compensation for furnishing all labor, materials, equipment, and incidenta
necessary to perform the work.
The contract lump sum price paid for striping and signage shall include full compensatio
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all WOI
involved in painting traffic stripes (regardless of the number, widths, and patterns (
individual stripes involved in each tr;fic stripe) and pavement markings, including an
necessary cat tracks, dribble lines and layout work, bike lane signing, complete in placc
as shown on the plans, as specified in these specifications and the special provisions, an
as directed by the Engineer.
f
1
I
1
I
I
8
I
I
1
I
1
I
P
1
1
I
10/3/90 Rev
April 19, 1993
Knox Electric, Inc.
9545 Pathway, #A
Santee, CA 92071
RE: BOND RELEASE - CONTRACT NO. 3345 - PALOMAR AIRPORT RD./PALOMAR OA
WAY TRAFFIC SIGNAL
Per instructions from our Engineering Department, we are hereby releasing the followj
bond for the above-referenced project:
Faithful Performance (Warranty) Bond
No. 300797967; American Casualty Company;
Remaining $1 8,3 16.00
The bond is enclosed so that you can return it to your surety.
A& Assistant . City ND Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28(
& --m.m L I I - YWII I vnm
Date 1” /E
0
1. Joe Federico
To 2. Richard Cook &Reply Wanted
Fiom Yvonne Merri tt __ UNO Reply Necessary
Re: Bond Release (Warranty) 3395 K&Ot &/e. e /’!?/I? s/&d
Our records indicate that the FAITHFUL PERFORMANCE ond/s for the above referenced project will be eligible for release on ZB/q3 . The City Clerk needs written authorization for release.
Thank you, Bond/s 3dO 79 7967
7-
Approved By:
& ,//3//99
I nspectof Date
Approved By: RELEASE AUTHORIZED BY: 2 Senior Inspector G 3y3 f RICHA Principal D Inspector COOK
To City Clerk //5/q3
i
I
October 22, 1992
Knox Electric, Inc.
9545 Pathway, #A
Santee, CA 92071
Re: Bond Release - Contract #3345 - Palomar Airport Rd/Palomar Oaks Way Traffic Sigr
Per instructions from our Engineering Department, we are hereby releasing the folloWi1
bond for the above referenced project:
Labor & Materials Bond No. 300797967
American Casualty Company
$36,632.00
The bond is enclosed so that you can return it to your surety.
Assistant City Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28OI
8 ~ITE rr - DON'T SAY*! I
I
Date Y&
To Ix] Reply Wanted
From Karen Kundtz, Assistant City Clerk 0 No Reply Necessary
)-
RE: BOND RELEASE INQUIRY - Aikt,Ld..43-;& ,-l=&&. *?- --a/ WdL??&L.#y &?A +
(MA ClL L&./2 Bond for the above-referenced
project .
Bond No. 3Ud7779 d7 Amount @"d, c~34 oa
Thanks,
PF
x-
AIGNER FORM NO 55032
Approved:
&G &6+ /---
Senior Idpector Date
Principal Inspector
VrnITE la-
Date y/
To # .- IB] Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
/ )-
RE: BOND RELEASE INQUIRY - Au. &S?-’~Z 76 ,-*, 7- w &/ ,Y?&CaG&dp 94
qf-w k2 Bond for the above-referenced
project .
Bond No. JOd777y d7 Amount @24, 04, 43
Thanks,
PR
8-
AIGNER FORM NO. 55-032
I
April 1,1992
Knox Electric, Inc.
9545 Pathway, #A
Santee, CA 92071
Re: Bond Release - Project No. 3345 .. Palomar Airport Rd. & Palomar Oaks Way Traffil
Signal
The Notice of Completion for the above-referenced project has recorded. Therefore, pe
instructions from our Engineering Department we are releasing 75% of the Performanci
Bond. Please consider this letter as your notification that $54,948.00 of American Casualq
Company Performance Bond No. 300797967 is hereby released. We are required to retai1
the remaining 25% for a period of one year. At that time, if no claims have been filed, i
will be released.
The Labor and Materials Bond will be eligible for release six months from the date oj
recordation of the Notice of Completion., on August 6, 1992. A copy of the recorded Notice
of Completion is enclosed for your records.
dG& Assistant City Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2808
*
886 Recording requested by: ) e
1
CITY OF CARLSBAD 1 1
When recorded mail to: 1
)
City Clerk 1
City of Carlsbad 1
1200 Elm Avenue 1
) Space above for Recorder’s Use
NOTICE OF COMPLETION
Carlsbad, CA 92008
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property hereinafter des
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92C
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was ccrrnpieted on December 21,
The name of the contractor, if any, for such work of improvement is Knox Electric, Inc.
The property on which said work of improvement was completed is in the City of Carlsbad, C of San Diego, State of California, and is described as follows: Proiect No. 3345, Traffic
Installation at Palomar Airport Road and Palomar Oaks Wav.
The street address of said property is NONE. 8.
VERIFICA,TIOW OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Cali
, 199, accepted the above described WI 92008; the City Council of said City on
completed and ordered that a Notice of Completion be filed.
January 28
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 29 , il922at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ City Ciark
EXHIBIT 2
V
January 31, 1992
Annette J. Evans, County Recorder P.O. Box 1750 San Diego, CA 92101-2422
Enclosed for recordation are thle following described documents:
Notice of Completion JHP Construction, Inc., Contractor Contract No. U/M 91-3
Notice of Compl et i on Mac0 Services, Inc., Contractor Project No. 3367
Notice of Completion Knox Electric, Inc., Contractor Project No. 3345
Our staff has determined that tlhe recordation of these documents is of bene to the City; therefore, it is requested that the fees be waived.
Thank you for your assistance in this matter.
Y%&& Assistant City Clerk
Encs.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
p Recording requested by: # * )
CITY OF CARLSBAD 1 1
When recorded mail to: )
)
City Clerk )
City of Carlsbad 1
1200 Elm Avenue 1
) Space above for Recorder’s Use
NOTICE OF COMPLETION
Carlsbad, CA 92008
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property hereinafter de$
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92(
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on December 21
The name of the contractor, if any, for such work of improvement is Knox Electric, Inc.
The property on which said work of improvement was completed is in the City of Carlsbad, (
of San Diego, State of California, and is described as follows: Proiect No. 3345, Traffic
Installation at Palomar Airport Road and Palomar Oaks Way.
The street address of said property is NONE. 8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Cali
, 19%, accepted the above described w 92008; the City Council of said City on
completed and ordered that a Notice of Completion be filed.
January 28
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 29 , 1992at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
EXHIBIT 2