Loading...
HomeMy WebLinkAboutLekos Electric Inc; 1991-11-05; 3273 | 3277 | 3278 | 3283- ---A -- - * :?@cording requested by: ) * ) 1 When recorded mail to: 1 ) City Clerk ) City of Carlsbad 1 1200 Elm Avenue ) 1 [;I35 CITY OF CARLSBAD ) 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 desc 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, 9201 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on March 18, 1 The name of the contractor, if any, for such work of improvement is Lekos 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: Traffic Siqnals (3) on Grand A at State, Roosevelt and Jefferson Streets: Sidewalk Improvements on Roosevelt Street: Proiec 3254, 3273, 3277, 3278 and 3283. 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 , 1952 accepted the above described w 92008; the City Council of said City on April 21 conpieted and ordered that a idoiice si Compieiim 2s filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 22 , 1922at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ City Clerk EXHIBIT 2 CITY OF CARLSBAD PROJECT: Grand Avenue Traffic Signals CONTRACT CHANGE ORDER NO. #3 CONTRACT NO._3 ...... 2 ____ 83~--P.O. NO.-=1"'-"'306=--7 __ ACCOUNT NO.300-820-1840-3283 CONTRACTOR: Lekas Electric Inc. ADDRESS: ---=1=9-=1-=-1-=F:...:u:;.;:eaa.r.a.;te'-=D-=-n"-'·v-=-e _________________________ _ El Cajon, California 92020 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to subsection 3-5, Disputed Work, Standard Specifications for Public Works Construction, 1991, and in conjunction with subsection 306-1.5.1, Temporary Resurfacing, provide, install, and maintain temporary asphalt for all trenching for the agreed upon price of $2,603.79. Increase to Contract Cost. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,603.79 TOTAL INCREASE TO CONTRACT COST ....................................... $2,603.79 H:\LIBRAR Y\DPS\ WPDATA\INSPECI\GRANDC03.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: DIS (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\INSPEC1'\GRANDC03.CHN APPROVED BY: CITY OF CARLSBAD PROJECT: #3283, Grand Avenue Traffic signals and Sidewalk Improvements on Roosevelt Street CONTRACT CHANGE ORDER NO. 2 CONTRACT NO.3283 P.O. NO.13067 ACCOUNT NO.300-820-1840-3283 CONTRACTOR: Lekos Electric Inc. ADDRESS: 1911 Fuerte Drive El Cajon. California 92020 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, Standard Specifications For Public Works Construction, 1991, install one 120 volt receptacle in the base of four traffic signal standards at the intersection of Grand Avenue and State Street for the agreed upon price of $508.00 Increase to Contract Cost ••••• $508.00 Total Increase to Contract cost .........•. • $508.00 H:\LIBRARY\DPS\WPDATA\INSPECT\GRAND-2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. BY: (DATE) ---'--~~~~~~z..=---3~e> V (DATE) (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE REQUEST) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\INSPECT\GRAND-2 CITY OF CARLSBAD PROJECT: #3254, GRAND AVENUE TRAFFIC SIGNALS AND SIDEWALK IMPROVEMENTS ON ROOSEVELT STREET CONTRACT CHANGE ORDER NO. 1 CONTRACT NO.3254 P.O. NO.13067 ACCOUNT NO.300-820-1840-3254 CONTRACTOR: Lekas Electric Inc. ADDRESS: 1911 Fuerte Drive El Cajon, California 92020 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Item 2: Pursuant to Section 3-2, Changes Initiated by the Agency, Standard Specifications For Public Works Construction, 1991, remove approximately 350 sq. ft. of P.C.C. sidewalk for the agreed upon price of $1,152.00. Increase to Contract Cost ...•..• $1,152.00 Pursuant to Section 3-2, Changes Initiated by the Agency, Standard Specifications For Public Works Construction, 1991, construct approximately 500 sq. ft. of 4" P.C.C. sidewalk at the unit price established in the bid: $2. 40/SF x 500 SF = $1,200.00. Increase to Contract Cost •.••.•. $1,200.00 H:\LIBRARY\DPS\WPDATA\INSPECT\GRAND-1 • Total Increase to Contract Cost •••••••••••• $2,352.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ONE WORKING DAY. i2-, J-I (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE REQUEST) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\lNSPECT\GRAND-1 1 c TABLE OF CONTENTS -1 Itern PaEe NOTICE INVITING BIDS ........................................... 1 CONTRACTOR’SPROPOS ........................................... 4 BIDDER’S BOND TO ACCOMPANY PRC)POSAL 11 DESIGNATION OF SUBCONTRACTORS AND METAL FABRICATOR ........... 13 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY 15 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 16 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIlTED WITH BI[D .............................. 17 CONTRACT . PUBLIC WORKS ...................................... 18 I 1 I c I I .......................... .................. LABOR AND MATERIALS BOND .................................... 26 PERFORMANCEBOND 28 OPTIONAL, ESCROW AGREEMENT .................................. 30 RELEASEFORM 34 ........................................... ............................................... SPECIAL PROVISIOI SECTION B I. SUPPLEMENTAL, GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ 35 SECTION C 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS ................... 48 SECTION D 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS .................... 51 SECTION E TECHNICAL SPECIFICATIONS FOR TRAFFIC SIGNAL ..................... 56 APPENDIX . STANDARD DRAWINGS ................................ 69 1 10/3/90 Rev. 1 I I I f I CITY OF CARLSBAD, CALIFORNIA NOTICE r"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 120 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on th - 24th day of September, 1991, at which time they will be opened and read, for performin the work as follows: t GRAND AVI3JUE TRAFFIC SIGNALS CONTRACT NOS. 3273,3277,3278,3283 The work shall be performed in strict conformity with the specifications as approved by th Carlsbad Housing and Redevelopment Commission on file with the Municipal Projecl Department. The specifications for the work shall consist of the latest edition of th Standard SDecifications of Public Works Construction, hereinafter designated as SSPW( as issued by the Southern Chapters of the American Public Works Association. Referenc is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owne 8 a businesses. b No bid will be received unless it is made on a proposal form furnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount require by law. The bidder's security of the second and third next lowest responsive bidders ma be withheld until the Contract has been fully executed. The security submitted by all othe unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft€ the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectio 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. Sectio 22300 of the Public Contract Code requires monies or securities to be deposited with th 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: e 1 c I 1 IC 1 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit e t 10/3/90 Re7 I All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitie are approximate and serve solely as a basis for the comparison of bids. The Engineer' Estimate is $200,000. No bid shall be accepted from a contractor who is not licensed in accordance with th provisions of California state law. The contractor shall state their license numbei expiration date and classification in the proposal, under penalty of perjury, pursuant ti Business and Professions Code Sec~on 7028.15. The following classifications ar acceptable in accordance with the provisions of State law: 'A' or 'C-10'. If the Contractor intends to utilize the escrow agreement included in the contrac documents in lieu of the usual 10% reitention from each payment, these documents mu2 be completed and submitted with the signed contract. The escrow agreement may not b substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at th Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue: Carlsbad, California, at no charge. The City of Carlsbad reserves the right to reject any or all bids and to waive any minc irregularity or informality in such bid:;. The general prevailing rate of wages for each craft or type of worker needed to execute th Contract shall be those as determined by the Director of Industrial Relations pursuant t 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 th 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 i the execution of the Contract. The Prime Contractor shall be respolnsible for insuring compliance with provisions ( Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cod1 "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172 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, i indicated in this proposal, times the iunit 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 E computed as indicated above and compared on the basis of the corrected totals. i 1 1 1) 4 m 1 b It I 1 a 1. I II: II 10/3/90 Re t I t All prices must be in ink or typewritten. Changes or corrections may be crossed out ani typed or written in with ink and must be initialed in ink by a person authorized to sign fo the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prio to bidding. Submission of bids without acknowledgment of addenda may be cause c if I rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and material 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 bond shall be kept in full force and effect during the course of this project, and shall extend i full force and effect and be retained by the City for a period of one (1) year from the dat of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. An additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No.91-24~adopted on the 6th day of Auunust, 1991. I 1 I I # 1 1 1 1 1 I R - ,- mha~.~dW anz, @ Clerk b %% Date / 10/3/90 Re\ ? a I 1 i ClTt OF CARLSBAD GRAND AWNJE TRAFFIC SIGNALS CONTRACI' NCS 3273,3277,3278,3283 CONTRACTOR'S PROPOSAL P e 1 .1 z II 1 I - I il 1 E E 1 I City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read th Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to ~LUT& all labor, materials, equipment, transportation, and services required to do all the work t complete Contract Nos. 3273, 3277, 3278, and 3283 in accordance with the Plans an Specifications of the City of Carlsbad, and the Special Provisions and that he/she will tak in full payment therefor the folloGng unit prices for each item complete, to wit: Approximate Item Quantity unit No. Item Description - and Unit Price Total b- 1 LS d LS 2w24D 1 2 Relocate Small Business Sign and 1 LS 1" &a. Backflow Preventer per LS.LzasiD - Dollars (Lump Sum) 3 Install City-supplied Water 2EA - czul. ,aLsn - 10/3/90 Re t 8 ! 1 LxfzL &mLLLD I If 1 I. I b t I li 1 1 LS dgSizLLL 1 # I I Approxhna te Item Quantity Unit Total No. Item Descrbtion and Unit Price 4 Unclassified Excavation t- 32 cy' 3324l2- -m 7 368 SF 4% _dvc/& ga3.2Q CY 4%9, - f;t 3.73 93a.75 Case E) including new depressed curb and sawcut and removal of existing curb, 2EA m AisaLm AdlloA.4 10 1 LS Dollars (Lump Sum) 10/3/90 Rr t t I I 8 dl,lOO.~~ & /(M 00 I I I I 1 b ff 11. I t 1 3 u I Approximate Item Quantity Unit No. Item DescriDtion and Unit Price Total - 11 1 LS ? 12 Traffic Signal System Retrofit at Grand Ave. and State Street, 1 LS LS 47'3W.Ot: 13 Traffic Signal System at Grand Avenue and Roosevelt Street, complete per 1 LS LS 59,a Dollars (Lump Sum) Traffic Signal System at Grand Avenue and Jefferson Street, complete per 15 1 LS LS ta.m 16 Traffic Signal Interconnect System along Grand Avenue, complete per 1 LS .LS -tuu2m 17 Replace Detector Loops in Grand Avenue on the west side of Carlsbad Boulevard 1 LS LS w Dollars (Lump Sum) 10/3/90 RE t I 1 Total amount of bid in words: oh- &~+&'d E LC& Sir "ii.4 & L u-@q,,- a Wkount of bid in numbers: $ / gb,f 9 94 qs"* t Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). -6- proposal. The Undersigned has checked carefully all of the above figures and understands that th City will not be responsible for any error or omissions of the part of the Undersigned i making up this bid. The Undersigned agrees that in case of default in executing the required Contract wit necessary bonds and insurance policies within twenty (20) days from the date of award c Contract by the Carlsbad Housing and Redevelopment Commission, the proceeds of th check or bond 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 d business or act in the capacity of a contractor within the State of California and that the are validly licensed de license number I classification C - which expires on $& fsZ- . This statemZ??ze Zd coiect and has the IegalkOffec of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuai to the Business and Professions Code shall be considered nonresponsive and shall I rejected by the City. 9 7028.15(e). In all contracts where federal funds are involved, E bid submitted shall be invalidated by the failure of the bidder to be licensed in accordanc with California law. However, at the time the contract is awarded, the contractor shall 1 properly licensed. Public Contract Code !j 20104. i ., d- l I m I 1 fl 1 I I 1 I I P hashave been received and is/are included in thi b /J .ii I ()/r +yy j I p?J jp J ,.." j4I /Jj pB L)\d -)df ' ' yh- 10/3/90 RE t I 1 u The Undersigned bidder hereby represents as follows: 1. That no Commission member, officer agent, or employee of the City of Carlsbad i personally interested, directly or indirectly, in this Contract, or the compensation tc be paid hereunder; that no representation, oral or in writing, of the Commission its officers, agents, or employees has inducted Wher to enter into this Contract excepting only those contained in this form of Contract and the papers made a par hereof by its terms; and r I I 1 I 1 I B I I 1 I E P I 2. That this bid is made without connection with any person, f'irm, or corporatioi making a bid for the same work, and is in all respects fair and without collusion o fraud. Accompanying this proposal is &ob (Cash, Certified Check, Bond or Cashieis Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whicl requires every employer to be insured against liability for workers' compensation or tc undertake self-insurance in accordance with the provisions of that code, and agrees tc comply with such provisions before commencing the performance of the work of thi Contract and continue to comply until the contract is complete. C 10/3/90 Rei Ip I ! The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Articlc 2, relative to the general prevailing rate of wages for each craft or type of worker needec to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: 1 r 1 I I I B (3) Place of Business City and State IF A PARTNERSHIP, SIGN HERE: I (1) Name under which business is conducted haracter of partner) (Note: Signature b II 8 1 I I i 7 (3) Place of Business I (Street and Number) City and State Zip Code Telephone No. 10/3/90 Rev. z -map izZ&?z- P?h!L.L79 L. s';"//linje/ /& Teke5d E& was the undersigned Notary Public, personally appeared donally known to me 0 proved to me on the basis of satisfactory evidence to be t L named, and acknowledged to me that the corporation executed it erson(s) who executed the within instrument as or on behalf of the corporation ther Number of Pages Date of Document Named Above __ 7120019 I( I 1 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted &f5 €/a- c/ ? (2) CL L €/a I I 1 I Signature 7-k Title Impress Corporate Seal hen I (3) Incorporated under the laws of the State of Place of Business 1 (Street and Number) b (la) //4/t 3?-udcJ dRcuc.5 City and State @ fMLl;k, (5) Zip Code q?dw Teleihone No. 4#7-'7~4&9 ! NOT- ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AITACHED I is I I I E /rTh - f. doL G- &As- I - I, t I List below names of president, vice president, secretary and assistant secretary, if' a corporation; if a partnership, list names of all general partners, and managing partners: I 10/3/90 Rev. 1p 11 It I BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, LEKOS ELECTRIC, 1%. as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount ai follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors an( administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of thc above-bounden Principal for: , as Principal, and MCA INSURANCE COMPANY r 1 TEN PERCENT OF TJE AMOUNT OF THE ACCOMPANYING BID ($IO% OF BID)-------------- R ' GRAND AVENUE TRAFmC SIGNALS CONTRACX NO. 3273,3277,3278, 3283 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly ente: into and execute a Contract including required bonds and insurance policies within ter (10) days from the date of award of Contract by the City Council of the City of Carlisbad being duly notified of said award, then this obligation shall become null and void otherwise, it shall be and remain in full force and effect, and the amount specified hereh shall be forfeited to the said City. 8 8 i I i ..sa I I .... I I .... 1 P I (BID DATE: 9-24-91) C ...* ... 0 0... .... .... .... .... 10/3/90 Rev STATE OF CALIFORNIA 1 ) ss.: CITY AND COUNTY OF SAN DIEGO ) t3n this 17TH day of SEPTEMBER 1991, - before me, the undersigned Notar n and for the State, personally appeared JEROLD D. HALL a person ? (or proved to me on the basis of satisfactory evidence), to be the person who execut ritten instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. SEPTEMBER A.1). , 1 Given under my hand and Notarial Seal this 17TH day of (7 u$ *>&&$!&/ it J-qy i/ f /''Eel;)( My commission expires Notary Public . . % ~ .. **-* the undersigned Notary Public, personally appeared thin instrument as or on behalf of the corporation there ATTENTION NOTARY: Although the information requested below is OPTIONAL it could prevent fraudulent attachment of this certificate to another docurner r- Title or Type of Document bin", /i]&d(y)7~j?I/ THIS CERTIFICATE '+ MUST BE ATTACHED Number of Pages Date of Document $ TO THE DOCUMENT DESCRIBED AT RIGHT Signer(s) Other Than Named Above -A&EEEE nz+Ez?e-- a r^ LL- 7120019 NATIONAL NOTARY ASSOCIAION * 8236 Remmet Ave - PO Box 7184 - Canc I' I 1 In the event Principal executed this bond as an individual, it is agreed that the death c Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of Executed by SURETY this 17m day of s SEPTEMBER , 1991. SEPTJ3MBER , 1991. 6 t Ut II P I PRINCIPAL: SURETY: =OS ELECTRIC. IMC. MCA INSURANCE COPZANY - (Name of Principal) (Name of Surety) Y --. By: si@ature of Attorney-in-Fact BQL L €*A2d (sign here) I -7-?G%4&&5 /I.;&& JEROLD ,b . WL, ATTORNEY-IN-FACT 8. (print name here) printed name of Attorney-in-Fact I b B&E (attach corporate resolution sh0wi.q current power of attorney) ?&U (title and organization of signatory) a. 2 (sign here) ; I' I I I I. r I t I (print name here) (title and organidhion of signatory) (Proper notariai 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 onc 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: KAREN J. HIRATA Deputy City Attorney 10/3/90 Rev MCA Insurance Company 484 Central Avenue Newark, NJ 07107 POWER OF ATI'ORNE'I No. 04B360 a r c ROBERT ‘I-. DRIVER CO., INC. Bond Department (6 1 9) 238- 1828 FAX: (61 9) 699- 1363 1620 FIFTH AVE.. SAN DIEGO, CA 92101 B S IC I I 1 8 DESIGNATION OF SUBCONTRA(X0RS The Contractor certifies he/she has used the sub-bids of the following listed Contracton in making up his/her bid and that the sub-contractors listed will be used for the work foi which they bid, subject to the approval of the City Engineer, and in accordance wit1 applicable provisions of the specifications and Section 4100 et seq. of the Public Contract: Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made ir these subcontractors except upon the prior approval of the City Engineer of the City o Carlsbad. The following information is required for each sub-contractor. Additional page: can be attached if required: r II Items of Complete Address Phone No. Work Full Companv Name with Zip Code with Area Code I- 9 &skL w* 9" &&utw:IAL* 7% 5b@ Po. &OK, 3 r3 e R.clJG?, (3L, C 9wm I lI ?-o* &g 393 17rLC) q45*3@~ -ihw&LL 9222 3 I I I I I li I 10/3/90 Rev r I 8 1, I I M 3 8 1 I I 8 I I I B I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the liste subcontractors as part of the sealed bid submission. Additional pages can be attached, ! required. r Type of State Contracting Carlsbad Business Amount of Bid License & No. License No.* 6-8 ww9 Y A?YQ&c: E32 .q92L 7y - / 7Q * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. b 10/3/90 Rei P 4 1 I If II I I I i P I 1 1. I I I I P I BIDDER’S STATEMFAIT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. r lL4(opc. b 10/3/90 Re\ 4- PAW FITZGERALD, DUBINA & - C E R T I F I E D P U B L I C A C C 012l R T A N T S The Directors and Stockholder Lekos Electric, he. El Cajon, California Independent Accountants’ Report We have reviewed the accompanying balance sheet of Lekos Elmtric, Inc. as of March 31, 1991, and the related statements of operations, stockholder’s equity and cash flows for the year then ended, in accordance with standards established by the American Institute of Certified Public Accountants. .AB information included in these financial statements is the representation of the management of Lekos Electric, Inc. A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope th.n an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. 9 April 23, 1991 ~*4Jp4Q%L 0 B 1011 Camlno del RO South, Suite 500 San Diego, CA 92108 (619) 543-1296 0 Fax. 514-1116 T Balance Sheet March31,1999 ASSETS CURRENT ASSETS Cash $ 38,703 Contract recekdh 234321 billings an unco~leted contracfs 85,155 Other 2,466 3m3945 EQUPMENT Iwa> IMPROVEMENTS, net 193,460 OTHER 6,410 560,815 Costs and esb&d &gs in excess of I $ LIABIIsIlEs AND STOCKHOL~R’S EQUITY CURRENT LIABrnJES Current portion d Tig-term debt -$ 43J35 Accounts payable and accd expenses 125,114 Billings in excess of costs and estimated earnings on uncomplekd contracts 60,608 Deferred income tz~es, current 7,700 236,657 DEFERRED IIK-Ctim TAXES, non-current 45m LONG-TERM DEBT 76,078 SUBORDINATED NOTE PAYABLE STOCKHOLDER’S EQUITY Common stock ,663 Retained earnings ,917 14-80 %%&815 - -- -- - See Accwnfants’ Re epzt and Notes to FM Bgf2 am 4. Lekos Electric, Inc. c€mtract revenues tmned $ 2,088,410 cost of contract revenues I3366,P58 G?oss profit 722,252 operatingexpenses 558,786 operatingincome 163,465 Non-aperatkg inccOme (expense) Interest expense w,nw Other income 1,378 aw9 141,661 37,m Net income $ 90Q,661 Net income before income taxes - Income taxes See Accountaots~Bw2w Report and Ndes’toFikanc?~$tatemm& ??a&* Two 1 I 1 I I I 1 I C I I 1 1 1 I I 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE t The Bidder is required to state what work of a similar character to that included in th proposed Contract he/she has successfully performed and give references, with telephon numbers, which will enable the City to judge his/her responsibility, experience and skil An attachment can be used. I 10/3/90 Re t 1 4 1 NON-COLLUSION AFmDAvrr TO BE EXECUTED BY BIDDER AND SUBMITIED WITH BID State of California 1 r ) ss. Countyof 5. b. 1 1 I 1 1 I I I 1 I 1 I f 1 i dm9 6 k4hS , being first duly sworn, deposes (Name of Bidder) and says that he or she is ?&&,-f- of mb5 2!€W*U, L. (Title) (Name of Firm) ' the party making the foregoing bid that the bid is not made in the interest of, or on behal of, any undisclosed person, partnership, company, association, organization, or corporation that the bid is genuine and not collusive or sham; that the bidder has not directly o indirectly induced or solicited any other bidder to put in a false or sham bid, and has no directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyonc shall refrain from bidding that the bidder has not-in any manner, directly or indirectly sought by agreement communication, or conference with anyone to fix the bid price, or o that of any other bidder, or to fix any overhead, profit, or cost element of advantagc against the public body awarding the contract of anyone interested in the propose( contract; that all statements contained in the bid are true; and further, that the bidder ha: not, directly or indirectly submitted his or her bid price or any breakdown thereof, or thr contents thereof, or divulged information or data relative thereto, or paid, and will not pay any fee to any corporation, partnership, company association, organization, bid depository or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perj b that the oregoing is true and correct and that thi! CLm affidavit was executed on the &YOf L Signature of Bidder Subscribed and I (NOTARY SEAL) 1 4 1, t I I I 1 I I 8 I 1 I CONTRACT - PUBLIC WORKS This agreement is made this 5dday of k, 1991, by and between the Cit of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Lekos Electric. Inc. whose principal place of business is - 11911 Fuerte Drive, El Cajon, CA 92020 8 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contrac documents for: GRAND AVENUE TRAFFIC SIGNALS CONTRACT NOS. 3273,3277,3278,3283 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, material: tools, equipment, and personnel to perform the work specified by the Contrac Documents. Contract Documents. The Contract Documents consist of this Contract, Notic1 Inviting Bids, Contractor's Proposal, Biddeis Bond, Designation o Subcontractors, Biddeis Statements of Financial Responsibility and Technica Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans an( Specifications, the Special Provisions, and all proper amendments and change made thereto in accordance with this Contract or the Plans and Specifications and all bonds for the project; all of which are incorporated herein by thi a I 2. 3. 1 reference. Contractor, her/his subcontractors, and materials suppliers shall provide an( install the work as indicated, specified, and implied by the Contract Documents Any items of work not indicated or specified, but which are essential to thc completion of the work, shall be provided at the Contractois expense to fulfil the intent of said documents. In all instances through the life of the Contract the City will be the interpreter of the intent of the Contract Documents, and thc City's decision relative to said intent will be final and binding. Failure of thc Contractor to apprise subcontractors and materials suppliers of this condition o the Contract will not relieve responsibility of compliance. n f 10/3/90 Rev 1 I 1' 1 8 u 1 I I P 1 t I U I I Payment. For all compensation for Contractois performance of work under thi Contract, City shall make payment to the Contractor per Section 9-3 of thl Standard SDecifications for Public Works Construction. The closure date for eacl monthly invoice will be the 30th of each month. Invoices from the Contract0 shall be submitted according to the required City format to the City's assignec project manager no later than the 5th day of each month. Payments will bt delayed if invoices are received after the 5th of each month. The final retenti01 amount shall not be released until the expiration of thirty-five (35) day following the recording of the Notice of Completion pursuant to California Civi Code Section 3184. IndeDendent Investisation. Contractor has made an independent investigation o the jobsite, the soil conditions at the jobsite, and all other conditions that migh affect the progress of the work, and is aware of those conditions. The Contrac price includes payment for all work that may be done by Contractor, whethe: anticipated or not, in order to overcome underground conditions. An! information that may have been furnished to Contractor by City aboul underground conditions or other job conditions is for Contractois convenience only, and City does not warrant that the conditions are as thus indicated, Contractor is satisfied with all job conditions, including underground conditiom and has not relied on information furnished by City. Contractor ResDonsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise 01 be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension ox discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will 1 4a 5. b 6. I be borne by City. 7. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class TI, or Class I11 disposal site in accordance with provisions of existing law. Subsurface or latent physical conditions at the site differing from those indicated. B. 10/3/90 Rev. r 1 I 2( C. Unknown physical conditions at the site of any unusual nature, differen materially from those ordinarily encountered and generally recognized a inherent in work of the character provided for in the contract. t City shall promptly investigate the conditions, and if it finds that the condition, do materially so differ, or do involve hazardous waste, and cause a decrease o increase in contractor's costs of, or the the required for, performance of any par of the work shall issue a change order under the procedures described in thi contract. In the event that a dispute arises between City and Contractor whether thc conditions materially differ, or involve hazardous waste, or cause a decrease o increase in the contractor's cost of, or time required for, performance of any par of the work, contractor shall not be excused from any scheduled completion datc provided for by the contract, but shall proceed with all work to be performec under the contract. Contractor shall retain any and all rights provided either b! contract or by law which pertain to the resolution of disputes and protest between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, orde. changes, modifications and extra work by issuance of written change orders Contractor shall make no change in the work without the issuance of a writter change order, and Contractor shall not be entitled to compensation for any extr; work performed unless the City has issued a written change order designating ir advance the amount of additional compensation to be paid for the work. If i change order deletes any work, the Contract price shall be reduced by a fair anc reasonable amount. If the parties are unable to agree on the amount o reduction, the work shall nevertheless proceed and the amount shall b< determined by litigation. The only person authorized to order changes or extr: work is the Project Manager. The written change order must be executed by tht City Manager or the City Council pursuant to Carlsbad Municipal Code Sectior 3.28.172. Imminration Reform and Control Act. Contractor certifies he is aware of tht requirements of the Immigration Reform and Control Act of 1986 (8 US( Sections 1101-1525) and has complied and will comply with these requirements including, but not limited to, verifying the eligibility for employment of al agents, employees, subcontractors, and consultants that are included in thi: Contract. I 1 I 1 I I 5 II 1 II 8 I 1 1 1 8. 9. 10/3/90 Rev P I I 2 I 1 I 1 1 I I 1 I I 8 I I Prevailing Wane. Pursuant to the California Labor Code, the director of th Department of Industrial Relations has determined the general prevailing rate c 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 c the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant t 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 c defense, and indemnify and hold harmless the City, and its officers an employees, from all claims, loss, damage, injury and liability of every kind, natur and description, directly or indirectly arising from or in connection with th perfomance of the Contractor or work; or from any failure or alleged failure c Contractor to comply with any applicable law, rules or regulations includin those relating to safety and health; except for loss or damage which was cause1 solely by the active negligence of the City; and from any and all claims, loa damages, injury and liability, howsoever the same may be caused, resultin directly or indirectly from the nature of the work covered by the Contract, unles the loss or damage was caused solely by the active negligence of the City. Th expenses of defense include all costs and expenses including attorneys fees fa litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma! arise from or h connection with the performance of the work hereunder by thc Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types o coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: f 10. 11. b 12. $1,000,000 combined single limit per occurrence for bodily injq and property damage. If the policy has an aggregate limit, i separate aggregate in the amounts specified shall be established fo the risks for which the City or its agents, officers or employees arc additional insureds. 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury anc I property damage. 10/3/90 Rev r. I I. 2 t 3. Workers' ComDensation and Emplovers' Liability Insurance: Workers' compensation limits as required by the Labor Code of th State of California and Employers' Liability limits of $1,000,000 pt incident. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies ( insurance 'required under this agreement contain, or are endorsed t contain, the following provisions. General Liability and Automobil Liability Coverages: 1. I 1 I I I 1 I I I 1 1 1 The City, its officials' employees and volunteers are to be covere as additional insureds as respects: liability arising out of activitic performed by or on behalf of the Contractor; products an completed operations of the contractor; premises owned, leasec hired or borrowed by the contractor. The coverage shall contai no special limitations on the scope of protection afforded to th City, its officials' employees or volunteers. The Contractor's insurance coverage shall be primary insurance a respects the City' its officials, employees and volunteers. An insurance or self-insurance maintained by the City, its official: employees or volunteers shall be in excess of the contractoi insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the City, its officials, employees o volunteers. Coverage shall state that the contractor's insurance shall appl separately to each insured against whom claim is made or suit i brought, except with respect to the limits of the insurer's liabiliQ (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made basis, coverage shall be maintained for a'period of three years following th date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by thi agreement shall be endorsed to state that coverage shall not be suspended voided, canceled, or reduced in coverage or limits except after thirty (30 days' prior written notice has been given to the City by certified mail return receipt requested. 1 2. b 3. 4. I 10/3/90 Re\ I. I I 2 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (SLR.) 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 a respects the City, its officials and employees; or the contractor shall procur a bond guaranteeing payment of losses and related investigation, clah administration and defense expenses. 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 c employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements fc each subcontractor. Coverages for subcontractors shall be subject to all c t I 8 I I 1 b 1 1 I 1 I I I (F) I 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 A:V, as specified b City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City wit; certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endorsements for eacl insurance policy are to be signed by a person authorized by that insurer tc bind coverage on its behalf. The certificates and endorsements are to be i forms approved by the City and are to be received and approved by the Cit before work commences. COST OF INSURANCE - The Cost of all insurance required under thi agreement shall be included in the Contractor's bid. (I) (J) 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claim Act (Section 900 et seq of the California Government Code) for any claim o cause of action for money or damages prior to filing any lawsuit for breach o 1 this agreement. 14. Maintenance of Records. Contractor shall maintain and make available at no cos to the City, upon request, records in accordance with Sections 1776 and 1812 o Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no maintain the records at Contractor's principal place of business as specifiec above, Contractor shall so inform the City by certified letter accompanying thc return of this Contract. Contractor shall notify the City by certified mail of an; change of address of such records. 10/3/90 Ret I. I I 24 Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing witl Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashieJs check, or certified check mal be substituted for any monies withheld by the City to secure performance of thii contract for any obligation established by this contract. Any other security tha is mutually agreed to by the Contractor and the City may be substituted fo monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in prefodg under the purchasc order awarded by the City of Carlsbad, he will comply with the County of Sa Diego Affirmative Action Program adopted by the Board of Supervisors, includinj all current amendments. Provisions Readred bv Law Deemed Inserted. Each and every provkion of lav and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, ani such provision is not inserted, or is not correctly inserted, then upon applicatior of either party, the Contract shall forthwith be physically amended to make sucl r 15. f 6. I I I I 1 17. 18. I insertion or correction. b D.aD .e*. .... I I I 1 .... I I .... I I m.0. .... .... .... .... .... .... 10/3/90 Rev t I I 2 t 19. Additional Provisions. Any additional provisions of this agreement are set fort in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. I I I ;=3-. I I - C?&-I&C\&7~ s b f VINCENT F. BIONDO, m. - I 1 I It 11 1 I A6& NOTARIAL ACKNOWLEDGEMENT OF - EXECUTION BY ALL SIGNATORIES MUST BE AITACJ333 (CORPORATE SEAL) +&SF? €5 &s kKGS Print Name of Signatory &q//,- __IC APPROVED TO AS TO FORM: Title City Attorney 1' By: ATTEST: Deputy city Attorney /*/3#/9/ 10/3/90 Re\ f CORPORATE ACKNOWLEDGMENT w&:~~-~~~/s.z+/~~ VI 4 the undersigned Notary Public, personally appeared 0 proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as named, and acknowledged to me that the corporation executed it or on behalf of the corporation ther ATTENTION NOTARY Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of this certlflcate to another documer Title or Type of Document THIS CERTIFICATE MUST BE ATLACHED Number of Pages __ Date of Document TO THE DOCUMENT DESCRIBED AT RIGHT NATlONAL NOTARY ASSOCIATION * 8236 Remmet Ave - P 0 Box 7184 * Cano 7120 019 .VV"L YlllL, ROBERT F. DRIVER CO.. INC. 1620 5TH AVENUE SAN DIEGO, CA 92101-2703 Lekos Electric. Inc. 11911 Fuerte Drive CA 92020-8315 MERCIAL GENERAL LIABILITY ER'S & CONTRACTOR'S PRO1 ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY OCCURRENC RE: Grand Avenue Traffic Signal and Sidewalk Improvement Contract Amount: $186.984.92 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL €?4?3S= MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME: LEFT, ~~~flff%TeffFA~~~~~~€§~~~~~~: City of Carlsbad :arlsbad, CA 92008-1989 F1ABffff~~FA~~E~~~~,~~~~~€~ -0 YFHlCLE SCHEDULE as of 10/?9/91 0 VEHICLE - ID# COMP. DED. COLl 1. 1982 Chevy S10 Pickup 5684 $250. $500. 2. 1990 Chevrolet 3/4 T P/U 9753 $250. $500. 3. 1985 Intl Flatbed Dump 4109 $250. $500. 4. 1977 Chevy Pickup 0545 $250. $500. 5. 1985 Ford F350 Pickup 9379 $250 $500. 6. 1990 Ford F450 Truck 5705 $250. $500. 7. 1975 Intl Bucket Truck 7226 $250. $500. 8. 1989 Ford F450 Truck 7844 $250. $500. 9. Econoline Trailer 0168 $250 $500. 10 Wire Trailer 5545 $250. $500. 11. 1991 Ford F250 Pickup 9744 $250. $500. 12. 1986 Mercedes 190E 8110 $250. $500. 13. 1986 BMW 325i 1033 $250. $500. 14. 1979 Int'l Dump Truck 5553 $250. $500. 15. 1989 Chevy 3/4T P/U 5308 $250. $500. 16. 1987 Ford F250 P/U 6688 $250. $500. 0 e 0 0 0 ADDITIONAL INSURED - OWN ERS. LESSEES OR CONTRACTORS IFORM B) Insured: LEKOS ELECTRIC, INC. Policy number: CCP13 7282 Insurance Company: GOLDEN EAGLE INSURANCE Effective: 3/16/91 Expiration: 3/16/92 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 Job: Grand Avenue Traffic Signal and Sidewalk Improvement Contract Amount: $186,984.92 (If no entry appears above, information required to complete this endorsement will be shown in Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. C62010 11 85 Copyright, Insurance Services Offices, Inc. 1984 I . e 8 I GOLDEN EAGLE INSURANCE COMPANY e THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT. ENDORSEMENT NO. (IF ISSUED AFTER THE EFFECTIVE DATE): EFFECTIVE DATE : 10/18/91 POLICY NUMBER: CCPl372 82 ISSUED TO: Lekos Electric, Inc. THIS ENDORSEMENT MODIFIES THE FOLLOWING POLICY COVERAGE FORMS: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM PRIMARY INSURANCE ENDORSEMENT THE INSURANCE PROVIDED BY THIS POLICY FOR THE BENEFIT OF Lekos Electric, Inc., 11911 Fuerte Drive, El Cajon, CA 92020-1 (NAMED INSURED) AND City of Carlsbad, 1200 Car-ive. Carl- CIA 93008 - 1989 a (ADDITIONAL NAMED INSURED) SHALL BE PRIMARY INSURANCE AS RESPECTS ANY CLAIM, LOSS OR LIABILIT' ARISING OUT OF THE NAMED INSURED'S OPERATIONS, OR BY ITS SUBCONTRACTORS FOR WHICH Lekos E1ectricr Inc- (NAMED INSURED) IS FOUND TO BE LIABLE AND WHICH LIABILITY APPLIES TO THE SPECIAL CONTRACT UNDER WHICH Lekos Electric, Inc. (NAMED INSURED) HAS AGREED TO PERFORM SPECIFIC OPERATIONS. ANY OTHER INSURANCE MAINTAINED BY City of Carlsbad (ADDITIONAL NAMED INSURED) SHALL BE EXCESS AND NON-CONTRIBUTORY WITH THE INSURANCE PROVIDED BY THIS POLICY. @ GE CG 827 (02-89) GE I 8 3c II 1 i 1 I I b B 1 8 1 1 1 OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION t This Escrow Agreement is made and entered into by and between the City of Carlsbac whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafte called Y~Q+' and whosc address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agre as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optio to deposit securities with Escrow Agent as a substitute for retention earning required to be withheld by City pursuant to the public works contract entere into between the City and Contractor for in th amount of (hereinafter referred to as the "Contract"). A copy of said contract is attached i Exhibit "A". When Contractor deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within ten (10) days of th deposit. The market value of the securities at the time of the substitution sha be at least equal to the cash amount then required to be withheld as retentio under the terms of the Contract between the City and Contractor. Securities sha be held in the name of City of Carlsbad and shall designate the Contractor as 12 beneficial owner. Prior to any disbursements, Escrow Agent shall verify that tl present cumulative market value of all securities substituted is at least equal t 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 whic otherwise would be withheld from progress payments pursuant to the Contra provisions, provided that the Escrow Agent holds securities in the form I amount specified above. Alternatively, the City may make payments directly to Escrow Agent in tl amount of retention for the benefit of the City until such time as the escrc dated I 2. 3. I created hereunder is terminated. P 10/3/90 Rt I 1 3: I Contractor shall be responsible for paying all fees for the expenses incurred bi Escrow Agent in administering the escrow account. These expenses any paymen terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held i~ escrow and all interest earned on that interest shall be for the sole account o Contractor and shall be subject to withdrawal by Contractor at any time and fron time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in thl Escrow Account only by written notice to Escrow Agent accompanied by writtei authorization from City to the Escrow Agent that City consents to the Withdrawa 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 b the Contractor. Upon seven (7) days written notice to the Escrow Agent fror the City of the default of the Contractor, the Escrow Agent shall immediate1 convert the securities to cash and shall distribute the cash as instructed by th City. Upon receipt of written notification from the City certifying that the Contractc has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le: escrow fees and charges of the Escrow Account. The escrow shall be close immediately upon disbursement of all monies and securities on deposit an payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and tl Contractor pursuant to Sections 6 through 8 and 10, inclusive, of this agreemer and the City and Contractor shall hold Escrow Agent harmless from Escro7 Agent's release and disbursement of the securities and interest as set forth j Sections 6 through 8 and 10. t 4e m 5. 1 6. a. 1 I 1 I I I 1 I .... I 1 .... I 8. b 9. .... .... .... .... t 10/3/90 Rt 3; The names of the persons who are authorized to give written notices or tc receive written notice on behalf of the City and on behalf of Contractor i~ connection with the foregoing, and exemplars of their respective signatures art as follows: For City: Title 1 R I 1 1 I b I I I 8 II I 1 8 10. r Name 1 Signature Address For Contractor: Title I Name Signature Address For Escrow Agent: Title Name Signature Address P 10/3/90 Re 3: At the time the Escrow Account is opened, the City and Contractor shall deliver to thc Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer on the date first set forth above. R I f I For City: Title Name Signature I I 1 I Address For Contractor: Title Name 1 Signature Address Title For Escrow Agent: b Name 1 Signature Address 1 I 1 II 1 I I P 10/3/90 Re 5 i 1 RELEASE FORM THIS FORM SHALL BE SUBMITI'ED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensatio of whatever nature due the Contractor for all labor and materials furnished and for a work performed on the above-referenced project for the period specified above with th exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ 1 DISPUTED CLAIMS r 8 a 8 I I b I 1 1 8 I I II DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may havc of whatever type or nature, for the period specified which is not shown as a retentio amount of a disputed claim on this form. This release and waiver has been mad voluntarily by Contractor without any fraud, duress or undue influence by any person c entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, an work due Subcontractors for the specified period have been paid in full and that the partic signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, 1 Corporation, etc.) By: By: Title: Title: 10/3/90 Re r 3! 1 n f I I E 1 I U b 1 1 0 a I I I I SECTION B SPECIAL PROVISIONS I. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSIRUCI'ION GENERAL PROVISIONS 10/3/90 Re f B I 31 8 I 1-1 TERMS 1 I I 0 I 1 I 4 I I I SECTION B SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO SI'ANDARD SPEClFICATIONS FOR PUBLIC WORKS CONSTRUCXON r To Section 1-1, add: A. Reference to Drawings: Where words vcshown,tt "indicated," "detailed," "noted," "scheduled," or words of simili import are used, it shall be understood that reference is made to the plans accompanyin 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 intendec unless stated otherwise. The word "required" and words of similar import shall b understood to mean "as required to properly complete the work as required and i approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imp01 are used, it shall be understood such words are followed by the expression "in the opinio of the Engineer," unless otherwise stated. Where the words "approved," "approval "acceptance," or words of similar import are used, it shall be understood that the approva of the Engineer is the meaning intended. b- I D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expensc shall perform all operations, labor, tools and equipment, and further, including tE furnishing and installing of materials that are indicated, specified or required to mean thi the Contractor, at her/his expense, shall furnish and install the work, complete in place an ready to use, including furnishing of necessary labor, materials, tools, equipment, an transportation. 10/3/90 Re P I 1 37 1-2 DEFINITIONS Mom Section 1-2 as follows: Agency - the City of Carlsbad Engineer - the City Engineer for the City of Carlsbad or his approved representative Project Manager - the City Engineer for the City of Carlsbad or his approved representativt r I I 1 I I I 1 I I I I I I I SECTION 2 - SCOPE AND CONTROL OF THE WORK To Section 24, Contract Bonds, Modify the third paragraph as follows: The Contractor shall provide two (2) good and sufficient surety bonds -- one fo performance and one for payment. The "payment" or "labor and materials" bond shall bc for not less than 50% of the contract price to satisfy claims of material suppliers an( laborers on the project. 2-5 PLANS AND SPECIFICATIONS b TO Section 2-5.1, General, add: The work shall be performed in accordance to the following documents: 1. Standard Specifications for Public Works Construction 1991 Edition, Supplement and Amendments. San Diego Area Regional Standard Drawings current edition. City of Carlsbad Supplemental Standard Drawings as shown in the City a Carlsbad's Standard Design Criteria approved 6/19/87. California Department of Transportation Standard Plans and Specification Section 86, Signals, Lighting, and Electric Systems, 1988 Edition. Construction plans consisting of 5 sheets designated as City of Carlsbad Drawin 2. 3. 4. 5. NO. 291-2C. 10/3/90 Rey t I I 31 1 1: I I I b I I I I 1 1 li State of California Department of Transportation Traffic Manual, and Manual o r 6. Traffic Controls for Construction and Maintenance Work Zones. These project specifications supplied herein. 7. To Section 2-5.2, Precedence of Contract Documents, Replace with: If there is a conflict between different portions of the Contract Documents, then thl instruction that is the more detailed, specific, or applicable to the work shall apply. If thi test does not resolve the conflict, then the following precedence order shall apply: 1. Change Orders and all revisions to the work issued by the City. 2. Blm 3. Specifica tiom 4. Standard reference plans 5. Standard reference specifications To Section 2-5.3, Shop Drawings, add: The Contractor shall schedule construction activities in such a way to allow the City period of up the thirty (20) days in which to review the first comdete submittal of th shop drawings. If the City requires the Contractor to resubmit corrections to the initii complete set of shop drawings, the City may take an additional fifteen (10) days in whic: PO review them. The Contractor shall receive no extension to the contract completion dat if the City completes its review of the shop drawings and returns them to the Contract0 within the proscribed thirty (20) or fifteen (10) day review periods. To Section 2-5.4, Manufacturers' Submittals, add new section: The Contractor shall submit four (4) copies of the product brochures and catalogue sheet for all manufactured items. The manufacturer's product information shall be sufficient1 detailed as to allow the City to detennine its suitability for the intended application an equivalence to the make and model specified in the Contract Documents. The Enginee shall in all cases be the judge of whether the submitted item is functionally an aesthetically equal to the specified item. For bulk materials, the Contractor shall provide the location of the supply site and te: reports to demonstrate the material's conformance to SSPWC requirements. The source c supply of any bulk material shall be approved by the Engineer prior to delivery to th jobsite. If, during the course of construction, the Engineer determines that the source c supply does not furnish material of uniformly acceptable quality, the Contractor sha supply material from an alternative approved source. ' 1 10/3/90 Re7 t I 1 3 I I I I I II C To Section 2-5, add: 2-5.5 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set, whic shall be corrected daily and show every change from the original drawings an specifications and the exact "as-built" locations, sizes and kinds of equipment, all otht work not visible at surface grade. Prints for this purpose may be obtained from the Ciy This set of drawings shall be kept on the job to be used as a recorded set and shd E delivered to the Engineer upon completion of the work. To Subsection 2-6, Work to Be Done, add: The work to be done shall consist of furnishing all labor, equipment and materials, ar performing all operations necessary to complete the project work as shown on the projel plans and as specified in the specifications. The Contractor shall perform all WOI indicated on the plans. Payment shall be by the schedule of unit and lump sum bid pricc only; even if an item of work on the plans does not have a matching pay item. To Section 2-6, Existing Conditions, add: Bidders shall be expected to visit the site prior to submitting a bid, and the action ( submitting such bid shall be accepted as an indication that the site has been visited ar that the bidder is aware of the existing conditions and site constraints. The bid shall refle the cost for performing all work shown in the plans and specifications. 4-1 MATERIAIS AND WORKMANSHIP To Section 4-1.4, Test of Materials, add: The Contractor shall deliver material samples to the inspector, and shall notify tl Inspector at least 48 hours in advance of any required field tests. The City shall schedu and obtain field and laboratory tests as it requires. These tests include, but are not limitc to, soil, aggregate base, and asphalt field compaction tests. The City shall pay for i conforming tests. The Contractor shall reimburse the City for the cost of repeated tes that fail to meet the quality or performance standard specified by the contract documenr To Section 4-2, Project Warranty, add: The Contractor shall warrant all work against defects in materials and workmanship f a period of one (1) year after project acceptance by the City. This warranty shall be addition to any concurrent warranties required from manufacturers or subcontractor. r 1 1 I 1 4 I I 8 10/3/90 Rt P i 1 4 1. u 1 I 1 b I I 1 I I 1 8 To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative The Engineer shall have free access to any or all parts of work at any the. Contract0 shall furnish Engineer with such information as may be necessary to keep herb full informed regarding progress and manner of work and character of materials. Inspectio of work shall not relieve Contractor from any obligation to fulfill this Contract. Mom Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testin materials and/or workmanship where the results of such tests meet or exceed th requirements indicated in the Standard Specifications and the Special Provisions. The cos 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 b approved by him before the delivery is started. All materials proposed for use may b inspected or tested at any time during their preparation and use. If, after trial, it is foun that sources of supply which have been approved do not furnish a uniform product, or the product from any source proves unacceptable at any time, the Contractor shall furnis approved material from other approved sources. After improper storage, handling or an other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans an 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 Enginee: The costs of any retests made necessary by noncompliance with the specifications shall b borne by the Contractor. Add the following section: r ' 1 4-1.7 Nonconfodnn Work The contractor shall remove and replace any work not conforming to the plans c specifications upon written order by the Engineer. Any cost caused by reason of th nonconforming work shall be borne by the Contractor. 10/3/90 Re P I II 4 f 5-7 GENERAL Utilities for the purpose of these specifications shall be considered as including, but nc limited to, pipe line, conduits, transmission lines, and appurtenances of "Public Utilitie5 (as defined in the Public Utilities Act of the State of California) or individually solely fc their own use or for use of their tenants, and storm drains, sanitary sewer, an streetlighting. The City of Carlsbad and affected utility companies have, by a search c known records, endeavored to locate and indicate on the plans all utilities which exk within the limits of the work. However, the accuracy or completeness of the utilitie indicated on the plans is not guaranteed. Service connections to adjacent property may c may not be shown on the plans. It shall be the responsibility of the Contractor t determine the exact location and elevation of all utilities and their service connection: The Contractor shall make hisher own investigation as to the location, type, kind c material, age and condition of existing utilities and their appurtenances and servic connections which may be affected by the contract work, and in addition he/she sha notify the City as to any utility, appurtenances, and service connections located which hav been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance c excavating around any of the structures. At the completion of the contract work, th Contractor shall leave all utilities and appurtenances in a condition satisfactory to th owners and the City. In the event of damage to any utility, the Contractor shall notify th owner of the utility immediately. It is the responsibility of the Contractor to compensaf for utility damages. The temporary or permanent relocation or alternation of utilities, including servic connections, desired by the Contractor for his/her own convenience shall be th Contractois own responsibility, and he/she shall make all arrangements regarding SUC work at no cost to the City. If delays occur due to utilities relocations which were nt shown on the plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties t . relocate utilities which interfere with the construction, the Contractor, upon request to tE City, may be permitted to temporarily omit the portion of work affected by the utility. TE portion thus omitted shall be constructed by the Contractor immediately following tE relocation of the utility involved unless otherwise directed by the City. AU costs involved in locating, protecting and supporting of all utility lines shall be include in the price bid for various items of work and no additional payment will be made. A fees, work orders and charges associated with work and inspection to be done by the utili1 companies will be paid by the City of Carlsbad. I 1 R I I 1 1, 1 I I 1 I 8 I I 10/3/90 Re F 1 I 4 It is the Contractor's responsibility to coordinate and provide for the disconnection of a utility service lines and to investigate and verify that those lines have been proper1 disconnected when necessary for the project construction. The Contractor is advised ths all necessary coordination required by the serving utility shall be included within th appropriate items of bid and no additional compensation will be allowed therefore. r 1 6-1 CONSTRUCI'ION SCHEDULE Mom this section as follows: A construction schedule is to be submitted by the Contractor at the time of tk preconstruction conference. No changes shall be made to the construction schedul without the prior written approval of the Engineer. Any progress payments made after tk scheduled completion date shall not constitute a waiver of this paragraph or any damage It is the responsibility of the Contractor to know the time required for varioi manufacturers to deliver their respective products or materials. The Contractor shall ordr products and materials sufficiently ahead of time so that they will be on site by tl scheduled installation date. The Contractor will not be allowed extensions on the projec schedule due to delays caused by hisher failure to order products or materials in a time1 manner. A construction schedule is to be submitted by the Contractor per the following; B I I 1 I C M II I I I I 1 1. The prime contractor is required to prepare in advance and submit at tl- time of the project preconstruction meeting a detailed schedule using tl- critical path method (CPM) or in an alternative Gantt or bar chart forma This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activitie identifying work for the complete project in addition to work requirir separate stages, as well as any other logically grouped activities. TI schedule shall indicate the start, finish, any major construction milestone materials and equipment manufacture and delivery, float dates, ar duration. The prime contractor shall revise and resubmit for approval the schedule i required by City when progress is not in compliance with the origin schedule. The prime contractor shall submit revised project schedules wil each and every application for monthly progress payment identifyir changes since the previous version of the schedule. 1 2 3. 10/3/90 Re r II II 4 t 4. The schedule shall indicate estimated percentage of completion for eac item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise tl aforementioned schedule(s) shall enable City, at its sole election, I withhold up to 10% of the monthly progress payment otherwise due ar payable to the Contractor until the schedule has been submitted by tE prime contractor and approved by City as to completeness and confomanc with the aforementioned provisions. 5. II 1 1 1 I 8 I 1 I I I 1 6-7 TIME OF COMPLETION The Contractor shall begin work and order all material required on the project witlhin sevt (7) calendar days after receipt of the "Notice to Proceed'* The Contractor shall nc excavate or trench for the traffic simal systems until he Droves that all required equipmer includinn poles and mast arms are available for his immediate use at the iobsite. TI Contractor shall diligently prosecute the work to completion within eighty (80) consecuti7 working days after the date 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 7:00 a.m. ar sunset, from Mondays through Fridays. The Contractor shall obtain the approval of tl Engineer if he/she desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays ody with the written permission the Engineer. This written permission must be obtained at least forty-eight (48) hou prior to such work and the Contractor shall pay the overtime differential of the inspectic costs. a i 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. I 10/3/90 Rc t I 4 6-9 LJOUIDATED DAMAGES Mow this section as follows: if the completion date is not met, the Contractor will be assessed the sum of $200.00 pc day for each working day beyond the completion date as liquidated damages for the dela Any progress payments made after the specified completion date shall not constitute waiver of this paragraph or of any damages. Liquidated damages may be withheld fro the Contractor's progress payment of retention money at the discretion of the City. 1 I 1 I 1 I I b I 1 1 I 1 1 I SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 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. The Contractc shall subanit a truck haul route for approval by the City Engineer. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained, 7-8 PROJECT AND SITE MAlNTENANCE 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. To Section 7-8.5, add: The Contractor shall obtain a construction meter for water used in performing th contract. The Contractor shall pay the standard charge for a construction meter at the Ci Finance Department and include its cost within the bid price. No separate payment w I be made. To Section 7-8, add: 7-8.8 Noise Control 10/3/90 Re r I 45 All internal combustion engines used in the construction shall be equipped with mufflen in good repair when in use on the project with special attention to City Noise Contro Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-9 PROTECTION OF EXISTING IMPROVEMENTS, add: The Contractor shall replace any existing public or private improvement damaged bj construction activities. Brick sidewalk or crosswalk pavers that are damaged or removec during construction shall be replaced or reinstalled. i I I I 3 I b 1 I I I I I ' 7-10 PUBLIC CO"IEN(=E AND SAFETY To Section 7-10.1, Traffic and Access, add: Contractor shall work within project limits as noted on the drawings and shall maintai at least one travel lane at all times in each direction. Other than trucks or equipmen leaving or entering the site, the Contractor shall also do nothing to interfere with traffi flow on adjacent streets. The Contractor shall provide flagmen as may be necessary t facilitate trucks or other equipment leaving or entering the site. Barricading and traffi interruption shall be coordinated with the Agency. The Contractor shall provide barrieE guards, lights, signs and flagpersons, as required, advising the public of temporary detour and construction. The Contractor shall use signs, delineators, barricades, etc., as per the latest State c California "Manual of Traffic Controls for Construction and Maintenance Work Zones", an stamped with the owner's name. The Contractor shall notify the Agency at least two (2) normal working days in advanc of any lane blockages or street closures or implementing any construction detour, an approval is at the Agency's discretion. The Contractor shall notify the owner or occupant (if not owner occupied) of the closu of the driveways to be closed at least three (3) working days prior to the closure. Tl- Contractor shall minimize the inconvenience and minimize the time period that tl- driveways will be closed. The Contractor shall fully explain to the owner/occupant ho long the work will take and when closure is to start. The 46' concrete driveway apron c Roosevelt Street must be poured in thirds in order to allow continued access to tk business and homeowner. The Contractor shall maintain, whether shown on the plan or not, all existing traff control signs or signals in their proper location on temporary mounting supports uni permanent signs or signals are restored. All barricades used at night shall be equippc I with properly operating flashing lights. r 10/3/90 Re I I I 4 t I I 1 I I I b I I I 1 I I In non-emergency situations, the Contractor shall backfill trenches and restore roadway fc safe night traffic usage. No open trenches shall be allowed overnight unless prior approv is received from the Engineer. Steel plating or portable concrete barrier (K-rail) may I required when trenching cannot be secured overnight by backfilling. "Open trench' sigr shall be placed adjacent to any moving traffic lane at 100 feet intervals when excavatic is in progress. Contractor shall supply steel plating or K-rail where required by the Agenc at open excavations. If parking must be restricted during construction, the Contractor shall post tow-away/r parking signs twenty-four (24) hours in advance after receiving approval from tl hgineer. The signs shall contain days/hours information and be posted so as to 1 reasonably seen by the public. The Contractor shall assume sole and complete responsibility for the job site conditio1 during the course of the construction of this project including safety of all persons ar property. This requirement shall apply continually and not be limited to normal workir hours, and that the Contractor shall defend, indemnify, and hold the owner and tl Engineer harmless from any and all liability real or alleged, in connection with tl performance of work on this project, except for liability arising from sole negligence of tl owner or Engineer. Any deviations from the aforementioned traffic requirements or the approved traffic contr plans shall be approved by the Engineer. The Contractor shall submit three (3) copies any modified plan to the Agency for approval at least forty-eight (48) hours prior 1 construction needs. All costs for maintaining traffic shall be included in the lump sum price for traffic contr in the bid proposal. The lump sum price bid shall include full compensation for furnishir all labor, materials, tools and equipment and doing all work required for traffic contrc These costs include all costs for traffic control devices which may be required by the Cit setting up of detours, public convenience, and the handling of existing traffic contr devices. I 7-10.4 Public Safety To Section 7-10.4.1, Safety Orders, add: The Contractor shall take all necessary precautions for the safety of employees on the wo and shall comply with all applicable provisions of Federal, State and Municipal safety la1 and building codes to prevent accidents or injury to persons on, about, or adjacent to tl premises where the work is being performed. He/she shall erect and properly maintain all times, as required by the conditions and progress of the work, all necessary safeguar 10/3/90 Rc t I I 4 I I E I I b I E I E I I I I for the protection of workers and public, and shall use danger signs warning again. hazards created by such features of construction as protruding nails, and rebar. SECTION 9 - MEASUREMENT AI’JD PAYMENT t 9-3 PAYMENT I To Section 9-3.1, General, add: Concrete and base bulk materials delivered to the site shall be accompanied by a weig masteis certificate listing the weight or volume, and the mix design or SSPW identification. Bulk material used on the job without correct weight/volume and materi; identification certificates will not be paid by the City. 10/3/90 Re t 4 1 1 I .I I I. 1 I 1 16 1 I I I 8 I t 1 SECTION C II, SUPPLEMENTAL PROVISIONS TO STANDARD SPECIElCATIONS FOR PUBLIC WORKS CONSIRUCTION FOR CONSTRUCIION MATEW r 10/3/90 Re 45 1 1 SECTION C XI. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CON!3RUCTION MATERIALS t SECTION C SHALL CONFORM TO PART 2 OF THE STANDARD SPECIFICATIONS FOI PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/OI ADDITIONS: I I 1 s SECTION 201 - CONCRETE, MORTAR AND RELATED MATE= 201-1 PORTLAND CEMENT CONCRETE 1 Concrete Specified by Class, add: The concrete class and maximum slump for the various items of concrete work shall b specified in the table under Subsection 201-1.1.2 of the Standard Specifications and wit the following additions: f ITJZMS CONCRETE CLASS MAXIMUM SLUMP (IN) All concrete sdace improvements f including flatwork, curb, gutter, and pedestrian ramps 560-C-3250 4 inch t Traffic signal foundations 470-C-2000 5 inch Slurry backfill 190-E-P 000 5 inch 201-3 EXPANSION JOINT FILLER AND SEALANTS 201-3.2, 1/2" Preformed Expansion Joint Filler, add: 1/2" preformed expansion joint filler (bituminous type) per ASTM D994 shall be used. 201-3-4, Type "A" Sealant, add: I II 1 E 1 Sealant: The component sealant shall comply with Federal Specification TT-S-00227e; use Type (self-leveling) for joints. The cured sealant shall have a Shore A Hardness greater than 3 Back-up strip shall be as flexible and compressible type of closed-cell foam polyethylene 1 butyl rubber, rounded at surfaces to contact sealant and as recommended by seala manufacturers. It shall fit neatly into the joint without compacting and to such a heig 1) 10/3/90 Re e I 5 to allow a sealant depth of 1/2 the width of the joint. Sealant shall not bond to the bacE up material. The sealant shall match the adjacent concrete surface. Payment for expansio joint installation shall be included in the price of concrete work concerned. Joint sealant shall be Vulkem 245 two-part polyurethane sealant as manufactured b Mameco International, 4475 East 175th Street, Cleveland, Ohio, 44128, (800) 321-6412 or Sikaflex-2c polyurethane sealant as manufactured by Sika Corporation, (213) 941-0231 or equal. Utility boxes and covers, to be replaced shall be of a size and standard as approved by th respective utility or governing agency. Contractor shall pick up City-supplied water met( boxes at 405 Oak Avenue. SDG&E specifies: gas meter boxes, electrical transformers, electric pull boxes. City of Carlsbad Utility Department specifies: traffic signal boxes, streetlight pull boxer Pacific Bell specifies: telephone vaults and telephone pull boxes. Daniels Cablevision specifies: CATV pedestals and CATV pull boxes. Shop Drawings: When the utility frame covers and frames are not standard items, manufacturer shall supp six (6) copies of all necessary shop drawings to the Engineer for his approval. The: drawings shall show all connections, arterial description, etc. SECTION 211 SOILS AND AGGREGATE TESTS, add: All backfill and subgrade shall be compacted in accordance with the notes on the plans ar the SSPWC. Compaction tests may be made by the City and all costs for tests that met or exceed the requirements of the specifications shall be borne by the City. The Contractor shall give forty-eight (48) hours advance notice to the Inspector of any sc or field compaction tests required. The Engineer shall determine what tests are necessa and the Contractor shall give the Inspector advance notice of when the work will be reac for testing. Said tests may be made at any place along the work as deemed necessary E the Engineer. The costs of any retests made necessary by non-compliance with tl specifications shall be borne by the Contractor.. 1 8 t I 4 I i i b t I B i I 1 I t t r 10/3/90 Rc 5 1 I II 1 1 1 0 I, t E I li I 3 # 1 lr 1 SECI'ION D III. SUPPLEMENTAL PROVISIONS TO STANJIARD SPECIFICATIONS FOR PUBLIC WORKS CONSIRUCITON FOR CONSTRUCI'ION METHODS r 10/3/90 Rc I I 1 SECTION D 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLEC WORKS CONSI'RUCITON FOR CONSTRUCTION METHODS t SECTION D SHALL CONFORM TO PART 3 OF THE STANDARD SPECIFICATIONS FC PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/C ADDITIONS: SECTION300 EARTHWORK 300-1.1 Clearinn and Grubbins add: Clearing and grubbing shall consist of removal of dl items as shown on the plans. All the work performed for this item shall conform to Section 300-1 of the Standa Specifications, and shall additionally include all incidentals required to construct tl contract if not precisely noted. For example, asphalt removal to match grades wj driveway apron or pedestrian ramp construction shall be a part of clearing and grubbir Demolition, removal, relocation, or salvage work not specifically identified by a bid itc shall be included within clearing and grubbing. The Inspector shall determine the sco of work to be included within clearing and grubbing and shall delineate its limits. 300-1.3 Removal and DisDosal of Materials D 1 I I ! I b r 300-1.3.1 General, add: I I The Contractor shall dispose of any existing traffic signal poles, mast arms, or equipme being removed as a part of this contract. 300-1.3.2 Requirements, add: The work includes sawcutting, removal, and off-site disposal. 300-8 BACKFILL AND SITE LEVELING, add subsection: All excavations shall be backfilled with material and to a level grade, satisfactory to t Engineer. The areas to be backfilled shall be approved by the Inspector prior to t placement of any backfill. Any backfill material placed or compacted without compliance with the requirements these Special Provisions shall be deemed as unauthorized work and shall be treated accordance with Subsection 2-6.6 rejected work. 1: i 1 0 1 I t 10/3/90 Rc 5: Material to be placed as fill for excavations and depressions shall be placed in horizonta uniform layers not to exceed (12) inches in thickness, before compaction; each layer is t be brought to optimum moisture content and thoroughly compacted to a relativ compaction of not less than 90% relative compaction, in accordance with ASTM 1557 Method C. Backfill shall be a well graded material containing no large rock or other deleteriou material. The source and material shall be approved by the Engineer prior to its use. All backfill shall be inspected and tested by the City's soil consultant and approved by th Engineer. The Contractor sha schedule for soil testing by providing forty-eight (48) hours advance notice to the Enginet prior to commencement of backfill operations. I I B I i 1 B 1 b I i I I I I I r Soil consultant and tests are provided by the City. 302-5 ROADWAY SURFACING 302-5.1 General, add: Payment for asphalt paving will be by the tons placed as evidenced by delivery tickets wit the weighmastefs certification. All such "trip tickets" shall be given to the Inspector c each delivery day. 303-1.3 CONCRETE FORMS, add: Form material shall be half inch plywood or better and shall be straight and free fro defects. Form work is subject to approval by the Inspector, and the Contractor mu schedule pours to allow inspection of the form and the base or subbase compaction pric to the arrival of the concrete. If the poured concrete nevertheless bulges, bows, or sli] its form, the Contractor is responsible for the replacement. 303-5 CONCRETE CURBS. WALKS, GUTIERS. PEDE!XRIAN RAMPS. AND DRIVEWA'I I 303-5.1.3 Driveway Entrances, add: Driveway aprons shall be constructed on 4" of class 11 base and shall be a minimum of 7. thick to the first sidewalk joint past the side apron. The existing depressed curb shall 1 protected in-place. Depressed curb for pedestrian ramps shall be poured separately; I monolithic pours are allowed. The unit price for pedestrian ramps includes the sawci demolition, and disposal of the existing sidewalk and the construction of depressed cur Expansion joints are included within the unit price of the concrete improveme1 Workmanship shall be at least equal to existing ramps at the intersection of Roosevc Street and Pine Avenue. t 10/3/90 Rc 51 1 1 3074 Traffic Si4 Construction Replacement of Existing Signal Detector Loops: The Contractor shall replace the traffic signal detector loops shown on sheet 5 of the plans Payment will be by lump sum bid item No. 17. Presently, there are one 6' x 50' Type ( loop in the left turn lane and four 6' x 6' Type A loops in the thru lanes. The Contract0 will remove the existing loops, raise the covered water valve cover under one of the loop5 and install and connect new detector loops. The new loops shall be a stack of one Typ 'D' and thee Type 'A's in the left turn lane and a quad pattern of two Type 'D's and twc Type 'A's in the thru lanes. The Contractor shall lay out the location of the new detect0 loops for approval by the Inspector prior to installation. The signal must remain i: continuous operation during construction. TrafEe Signal Interconnect: The Contractor shall install portions of a traffic signal interconnect system as shown o sheet 5 of the plans. Payment will be by lump sum bid item No. 16. Cable shall E installed from each traffic signal controller to the limits of construction shown on sheet of the plans. The trenching for the cable will generally be in the street and along the curl The Contractor shall sweep the cable under the curb and gutter to terminate 'in sidewal pullboxes. The Contractor shall sawcut the sidewalk at the nearest joints for each pullbc and repour the entire panel to neatly match to adjacent sidewalk. The signal interconnect cable shall consist of twelve No, 19, minimum, stranded the copper conductors. Each conductor shall be insulated with 0.013-inch9 minimum nomini thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Colc coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyestt shield and shall have a No. 22 or larger, stranded, tinned copper drain wire outside tE r I 1 1 I 1 1 b II 1 I I 1 shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 3C volts and 60 degrees C., and shall have a nominal wall thickness of 40 mils, minimun The cable jacket shall be marked with the manufacturer's name, insulation tyl designation, number of conductors and conductor size, and voltage and temperatu 1 ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimu of 3 feet of slack shall be provided at each splice and 6 feet at each controller cabinet. Splices of conductors and drain wires shall be soldered. Splices of conductors shall 1 insulated with heat-shrink tubing of the appropriate size and shall overlap the conduct insulation at least 0.5-inch. The overall cable splice shall be covered with heat-sh.ti I tubing, with at least 1.5-inches of overlap of the cable jacket. t 10/3/90 Rt I 5: I' 1 I 8 I 8 I I) 1 I B I I I II R 310-5.6 Painting Traffic StriDin~. Pavement Markinns. and Curb Markinzs 310-5.6.1 General, Add: The Contractor shall remove by sandblasting all conflicting pavement and curb marking on Grand Avenue. The Contractor shall install new curb and pavements striping accordin1 to the traffic signal plans. Payment shall be included within the lump sum bid item fo striping and signing. All work pavement markings shall conform to CALTRANS standarc specifications except that the City will make available stencils for pavement legends. Thl stencils will be picked up at the City sign shop (405 Oak Avenue) and returned in a clea condition by the Contractor as coordinated by the Inspector. 310-5.6.8 Amlication of Paint Temporary pavement markers shall be used to replace striping removed by construction a sandblasting. Permanent pavement markings with glass beads shall be placed in tw separate applications. This supersedes the differing language in the SSPWC. 310-5.6.9 Protection of Work The Contractor shall place delineators or barricades around fresh paint and post personnc to keep the barriers in place while the paint is drying. The Contractor shall sandblas' reseal, and restripe pavement that has been tracked by errant motorists. The Contractc shall maintain at least one lane of traffic in all directions during construction. P ' t 10/3/90 Re 5i 1 1 I I I I 1 I b 1 8 I I I I # I 1 SECTION E lECHNICAL SPECIFICATIONS FOR 'FRAFFIC SIGNALS t 10/3/90 Re 1% I 1 I I 1 I il b I 1 I I I I 8 TRAFFIC SIGNAL INSTALLATION - Furnishing and installing traffic signals payment therefore shall conform to the provisions in Section 86, "Signals & Lighting" the CALTRANS Standard Specifications, dated January 1988, and these Spe Provisions. EauiDment List and Drawings Equipment list and drawings of electrical equipment and material shall conform to provisions in Section 86-1.03, "Equipment List and Drawings", of the CALW Standard Specifications and these Special Provisions. The controller cabinet . schematic Wiring diagram and intersection sketch shall combined into one drawing, so that, when the cabinet door is fully open, the drawin oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxil equipment, vehicle detector sensor units, control units and amplifiers. The mainten; manual and operation manual may be combined into one manual. One copy of maintenance and operation manual shall be submitted to the City prior to installat The maintenance manual shall include, but need not be limited to the following ite t (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) B List of Replaceable Component Parts with Stock Numbers Foundations Foundations shall conform to the provisions of Section 86-2.03, "Foundations", of CALTRANS Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete", of CALTRANS Standard Specifications and shall contain not less than 470 pound cement per cubic yard, except concrete for pile foundations shall contain not less 564 pounds of cement per cubic yard. The Fifth Paragraph in Section 86-2.03, "Foundations", of the CALTRANS Stam Specifications is amended to read: "Cast in drilled hole concrete pile foundations for traffic signal and ligf standards shall conform to the provisions in Section 49, "Piling", with ac requirements that standards shall not be erected until seven (7) calendar have elapsed after placing the concrete and that material resulting from dri holes shall become the property of the Contractor." t 1 II 1 I U 1 1 b I i I I I I I I Excess unclassified material resulting from foundations or grading shall become t 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 CALTRA Standard Specifications and these Special ProGsions. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suita drill 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 in pull boxes i controller cabinets shall be sealed with an approved type of sealing compound. Heavy wall Undekters Laboratories approved polyvinylch1ori.de (PVC ScR. 40) conc may be used in sidewalk and roadway areas provided the proper depth is adhered If the jacking method is used, a hole must be bored and prior to removal of the bo1 tool, the PVC shall be pulled back through the bored hole. Trenching hitallation of conduit shall be rock-wheeled in a 4" wide cut. Backfill shall be 190-E-1000 concrete slurry. HIf %foxes fill boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of CAL.T"S Standard Specifications and these Special Provisions. 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, "Conductc and Section 86-2.09, "Wiring," of the CALTRANS Standard Specifications and tk Special Provisions. Vehicle detector lead-in cables within the controller cabinet shall be labeled with appropriate detector number identification that is shown on the construction plans. ' label shall be a permanent type. Conductors shall be spliced by the use of "C' shaped compression connectors as shc in the CALTRANS Standard Plans. Splices shall be insulated by "Method B." r I Th SI r mix h 11 b: keld at 2" bel nt aspnait'suridce'aria cappes wi!L Xsphal? to ma c o t 1 R I I I I I b 8 I 4 I I I t Field Testing Field testing shall conform to the provisions in Section 86-2.14B "Field Testing," of 1 CALTRANS Standard Specifications and these Special Provisions. Meggar test for traffic signal and lighting conductors shall be performed in the follow order: r Signals: After conductors are connected to signal head terminal, and befc connection to controller. Lighting: Before fuses are installed in fused splice connectors. Load side conductors in signal heads shd be disconnected from terminal blo B during the test. The full cost for the Contractor performing this field testing in the presence of Engineer shall be included in the lump sum price for Traffic Signal and Street Light Installation and no additional payment will be alllowed therefor. Painting Painting shall conform to the provisions in Section 86-2.16, "Painting," of the CALTRA 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 Steel poles and mast arms shall not be painted except that all cuts or damaged ed shall be covered in accordance with Section 75-1.05, "Galvanizing", of the CALTRA Standard Specifications. I required. Simal Controller Model 170 traffic controller units, cabinets, and auxiliary equipment shall conform to provisions in Section 86-3.11, "Model 170 Controller Assembly," of the CALW Standard Specifications and these Special Provisions. The controller shall be equip with Type 200 SA and a full complemenl prom chips. The Contractor shall install the new Type 170 controller in a model aluminum cabinet. local intersection control program t Emerpencv Vehicle Preemption Emergency vehicle preemption shall be a modulated light signal detection system wh shall conform to the details shown on the plans and these Special Provisions. 1 4 I I I 8 @ I) 4 I 8 I I I I 1 GENERAL - Each modulated light signal detection system shall consist of optical detector/discriminator assembly or assemblies located at the traffic sigi Each system shall permit detection of Class I1 (Emergency) Vehicles. T shall be capable of being detected at any range of up to 1,800 feet (550 mete from the optical detector. The modulation frequency for Class II signal emitters shall be 14.035 Hz+O.: Hz. ~ ' A. B. OPTICAL. DETECTION/DISCRIMINATOR ASSEMBLY 1. General - Each optical assembly when used with standard emitters SI have a range of at least 1,800 feet (550 meters) for Class II sign Range measurements shall be taken with all range adjustments on discriminator module set to "maximum". Optical Detector - Each optical detector shall be a weatherproof 1 capable of being easily mounted on a mastarm. The housing shall h at least one opening threaded for 3/4-inch conduit, through which wiring shall enter. Each detector shall weigh not more than 2 pounds shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from one of axially opposed directions. The reception angle shall be a maximurr 26 degrees (12 degrees total included angle) measured in the horizoi plane about the center axis of the light sensing element. The recepl angle in the vertical plane measured about the center axis of the 11 sensing element shall be maximum of 4 degrees above and 8 degr below that center axis. Measurements are to be taken at a range of 1, feet (550 meters) for each Type II emitter. AU internal circuitry shall be solid state and electric power shall provided by the respective discriminator module. Cable - Emergency Vehicle Pre-emptor Detector Lead-in Cable s conform to the provisions of Section 86-2.08, "Conductors," of the Stand Specifications and these Special Provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet characteristics of IPCEA-S-61-402 or NEMA WC5, Section 7.4, 60 Control Cable, 75 degrees C, Type B. Conductors shall be 3 No. 20-7x28 stranded. II 2. 3. t 1 I Conductor strands shall be individually tinned. Conductor insulation shall be a low-density polyethylene material haw a minimum thickness of 25 mils. Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange. The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors an( shield, The shield shall be of tinned copper-brass or aluminum polyester tape M a nominal 20% overlap. The conductive surface of the shield shall be contact with the drain wire. Capacitance measured between any conductor and the other two cond tors and the shield shall not exceed 48 picofarads per foot when testec 1,000 hertz. The cable jacket shall be a black PVC material rated for 600 volts i 75c and shall have an average minixnm wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and C of an inch. The cable jacket shall be marked up with the manufacturer’s nai insulation type designation, number of conductors and conductor size, i t I 1 8 I I I b I I I I 1 II I voltage and temperature ratings. 4. Discriminator Module - Each discriminator module shall be designed be compatible and usable with a Model 170 controller unit and to mounted in the input file of a Model 332 controller cabinet. In additj each discriminator module shall conform to the requirements of Chal I of the State of California, Department of Transportation, ‘Traffic Si! Control Equipment Specifications,” dated April, 1978, and to all addend1 thereto current at the time of project advertising. Each discriminator module when used with its associated detectors s be capable of: a) Receiving Class II signals at a range of up to 1,800 feet (550 mete I b) Decoding the signals on the basis of frequency: 14.035 Hz+. 0.266 Hz for Class II signals t I I I I I li I I 5, I I I 1 I 1 I 1 c) Establishing the validity of received signals on the basis of frequen and length of time received. A signal shall be considered valid or when received for more than 0.50 second. No combination of Ck I signals shall be recognized as a Class II signal regardless of t number of signals being received, up to a maximum of ten signa Once a valid signal has been recognized, its effect shall be held the module in the event of temporary loss of the signal for a peri adjustable from 4.5 seconds to 11 seconds in at least 2 steps a1 seconds 20.5 second and 10 seconds 20.5 second. Providing an output that will result in a "low" or grounded conditi of the appropriate input of a Model 170 controller unit. For C1; II signals the output shall be steady. Each discriminator module shall receive electric power from the control cabinet at either 24 volts DC or 120 volts AC. Each channel, together with its associated detectors, shall draw not mc than 100 milliamperes at 24 volts DC nor more than 100 milliamperes 120 volts AC. Electric power, one detector input for each channel a one output for each channel shall terminate at the printed circuit boi edge connector pins listed below. Board edge connector pin assignment shall be as follows: r d) A DC Ground C NC B t24VDC p (NC) D Detector Input, Channel A R (NC) E 224 VDC to detectors s (NC) F Channel A Output (C) T PC) u (NC) H Channel A Output (E) v (NC) L Chassis Ground y (NC) M AC- z (NC) J Detector Input, Channel B W Channel B Output I K DC Ground to Detectors X Channel B Output I N AC+ - Slotted for Keying (NC) Not connected; (C) Collector cannot be used by manuj (E) Emitter turer for any purpose Two auxiliary detector inputs for each channel shall enter each mod through the front panel connector. Pin assignment of the connector SI be as follows: r I 8 I I II I 1 I I I I I 1 I I I 1. 2. 3. 4. Auxiliary Detector 1 Input, Channel A Auxiliary Detector 2 Input, Channel A Auxiliary Detector 1 Input, Channel B Auxiliary Detector 2 Input, Channel B Each channel output shall be an optically isolated NPN open collec transistor capable of sinking 50 milliamperes at 30 volts and shall compatible with the Model 170 controller unit inputs. Each discriminator module shall be provided with means of preveni transients received by the detector(s) from affecting the Model controller assembly. Each discriminator module shall have a single connector board, shall capable of being inserted into the input file of a Model 332 cabinet shall occupy one slot width of the input file. The front panel of e module shall have a handle to facilitate withdrawal and the follov controb and indicators for each channel: t a) b) Three separate range adjustments each for Class II signal A three-position, center-off, momentary contact switch, position (up) labeled for test operation of Class I1 signals A "signal" indication and a *'call" indication each for Clas! The "signal" indication denotes that a signal above the thresl level has been received. A "call" indication denotes th; steady, validly coded signal has been received. TI indications may be accomplished with a single indication la "signal" being denoted by a flashing indication and "call" 7 a steady indication. In addition, the front panel shall be provided with a single cira bayonet-captured, multi-pin connector for two auxiliary dete inputs for each channel. Connector shall be a mechanical config tion equivalent to a MIL-C-26482 with a 10-4 insert arrangem such as Burndy Metalock Bantam series, consisting of: Wall Mounting Receptacle, UTGO-lO-4P with SM20M-1 ~ plated pins. Plug, UTG6-10-4SN with SC20M-1 gold plated sockets; c clamp and strain relief that shall provide for a right angle within 2.5 inches (64mm) maximum from the front p surface of the discriminator module. c) I P For Module 2 (3-13): I Position Assignment 7 +24VDC From (J-13E) 8 Detector Ground from (J-13K) 9 10 11 12 Channel A Auxiliary Detector Input 1 Channel A Auxiliary Detector Input 2 Channel B Auxiliary Detector Input 1 Channel B Auxiliary Detector Input 2 ; I I I a 2-channel module. Wiring for a Model 332 cabinet shall conform to the followin) Slots 10 and 11 of Input File "I" have each been wired to acct Field wiring for the primary detectors, except 24 volt DC pow shall terminate on tenninal boards on the rear of the Input F "I". Position assignments on the input file terminal boards are follows: I I I b I* I 1 I I I I Position Assienment I-1OD Channel A Detector Input, 1st Module I-1OJ Channel B Detector Input, 1st Module 1-1 1D Channel A Detector Input, 2nd Module I-1lJ Channel B Detector Input, 2nd Module I-1OE + 24 VDC to Detectors I-11E + 24 VDC to Detectors I-1OK DC Ground to Detectors I-11K DC Ground to Detectors All field wiring for the auxiliary detectors shall terminate terminal board TB-2 in the controller cabinet. Position as$ ments have been reserved as follows: Position Number Assignme nt 1 2 3 4 +24VDC From I-10E 5 +24VDC From I-11E 6 Auxiliary Detector Input No. 1 Auxiliary Detector Input No. 2 Auxiliary Detector Input No. 3 DC Ground From I-1OK and I-11K n t I I I I I I I 1 b I I I I I I I C, SYSTEM OPERATION The Contractor shall demonstrate that all of the components of each systc are compatible and will perform satisfactorily as a system. Satisfactory performance shall be determined using the following t procedure: 1. t Each system to be used for testing shall consist of an optical emit assembly, an optical detector, at least 200 feet of connecting cable a a discriminator module. The discriminator module shall be installed in the proper input file s of Model 332 controller cabinet. The controller cabinet, together N a Model 170 controller unit with the appropriate operating program Model 210 monitor unit and 120 volt AC power will be available. Tests shall be conducted using a Class 11 signal emitter and a dista of 1,800 feet between the emitter and the detector. All rai adjustments on the module shall be set to "Maximum" for each tes Each above test shall be conducted for a period of one hour, dux which the emitter shall be operated for 30 cycles, each consisting o one minute "on" interval and a one minute "off" interval. During total test period (a) the emitter signal shall cause the proper respo from the Model 170 controller unit during each "on'* interval and there shall be no improper operation of either the Model 170 contro unit or the monitor unit during each "off" interval. 2, 3. 4. Signal Face and Simal Heads Signal faces, signal heads and auxiliary equipment, as shown on the plans, and installation thereof, shall conform to the provisions in Section 86-4, 'Traffic Signals : Fittings" of the CALTRANS Standard Specifications and these Special Provisions. All signal faces and all arrow indications shall be provided with 12-inch sections 1 glass 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 Paragr 1, Section 86-4.01 (B), "Housing" of the CALTRANS Standard Specifications. All veh signals shall be of the same material. - t 1' u I Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Sit Faces," of the CALTRANS Standard Specifications and these Special Provisions. Pedestrian signals shall be Type G with international symbols. Each Type G pedesti signal shall consist of a housing with front screen, a message plate and two light sour each consisting of luminous tubing and power supplies for the luminous tubing. The message plate shall be l/&inch nominal thickness, ultraviolet-stabilized, prisma patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; 3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. '1 message plates shall have a flat-back surface over the entire projected area except wh the symbols are located. The material used to mask the message plate shall be hard z durable and shall bond such that it will not flake nor peel when the message plate is use or is washed. The symbols shall be the only illuminated portion of the mess, plate. The message plate shall be sealed to a polycarbonate case to form a dust tight I weatherproof module. The module shall contain and properly support the lumin tubing and power supplies. Each light source shall have a separate power supply. Each power supply shall reqi less than 30 watts with a power factor of not less than 90 percent over a range of in voltages from 105 to 130, at a frequency of 60 (21) Hz. Each symbol shall not be less than 11 inches high and not less than 7 inches wide. Detectors Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standi CALTIWNS Specifications and these Special Provisions. Loop detector lead-in cable shall be Type B. Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the provisions of Section 6.065 of the CALMS Standard Specifications. Internally illuminated street name signs shall be Type A t I 1 I I U I 1 I I 1 I I I b I t I I I I 1 I 1 I I I 1 I I 1 I I Signs Signs shall conform to these Special Provisions, the Plans and the State of Califor Traffic Manual. The Contractor shall furnish and install signs as shown on the pla The signs shall be aluminum with a minimum .080 gauge thickness. All signs shall reflective. New roadside signs shall be installed at the locations shown on the plans or wh directed by the Engineer, and shall conform to the details shown on the plans and provisions in Section 56-2, "Roadside Signs", of the Standard Specifications. Roadside sign panels shall be installed on new posts and a new traffic signal stand mast arm at locations shown on the plans or where directed by the Engineer and conformance with the provisions in Section 56-2.04, "Sign Panel Installation" of Standard Specifications and these special provisions. New posts shall be 1-3/4 i telspar. High Intensitv Discharge Luminaires Luminaires shall conform to the provisions in Section 86-6.01, ''High Intensity Discha Luminaires", of the CALMS Standard Specifications and these Special Provisioi BOW high pressure sodium vapor luminaires shall be provided with int egral ball and integral photo-electric cells. Each ludnaire shall be provided with an infernal ballast assembly (including ball capacitor, and lamp starter unit). All connections from the ballast assembly shall made with a single multi-circuit connector or individual color-coded NEMA connectors. Field connections to the luminaires shall terminate on a barrier t terminal block secured to the housing. t Cut-off lenses are required. I Glare shields are required. The luminaires shall be constructed and installed in such a manner as to provide T III distribution with the outer edge of the luminaire's housing below the entire 1 sources and all glassware. The luminake's optical assembly shall provide without the addition of external shield a 90 degree cutoff with no significant light emitted above the horizontal, Traffic StriDing Striping, paint, traffic stripes and pavement markings shall conform to the provision Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings, the Standard Specifications and these Special Provisions. Sections 84-3.02, "Materials," of the Standard Specifications is amended to read: t I I I I I 8 I b I I I I I I I I Paint for traffic stripes and pavement markings shall conform to the foIIow State Specifications: Paint Specification State Fast Dry Solvent borne - White, Yellow and BIack Rapid Dry Solvent borne - White and Yellow Rapid Dry Water Borne - White, Yellow and Black 8010-51K-01 8010-5 1K-0: 80 10-42L-31 r I Glass beads shall conform to State Specification No. 8010-51J-22 (Type n). 0 Copies of State Specifications for traffic paint and glass beads may be obtained fi the Transportation Laboratory, Post Office Box 19128, Sacramento, CA 95819, (919) 7 2400. The kind of paint to be used (solvent borne or water borne) shall be determined by Contractor based on the time of year the paint is applied and local air pollution con1 regulations. Solvent borne white and yellow paint shall be either the Fast Dry or Rapid Dry type the option of the Contractor. "Emhg of paint will not be allowed. Paint shall be tested prior to use or the manufacturer shall provide the Engineer v a Certificate of Compliance in accordance with the provisions of Section 6-1 "Certificates of Compliance," of the Standard Specifications. Said certificate shall cei that the paint complies with the specifications and that paint manufactured to the si formulation and process has previously passed State testing. A list of manufacturers have produced paint meeting State specifications is available from the Transporta Laboratory. (Material supplied by manufacturers other than those that have manu bred approved paint will require complete testing.) The second paragraph in Section 84-3.03, "Mixing," of the Standard Specification deleted. The fourth and fifth paragraphs in Section 84-3.05, "Application," of the Stanc Specifications are amended to read: A one-coat 3-inch wide black stripe shall be painted between the two 4-1 wide yellow stripes of a double traffic stripe. If the two 4-inch wide ye stripes are to be applied in 2 coats, the black stripe shall be app concurrently with the second coat of yellow stripes. On new surfacing, pavement markings and traffic stripes (except the b stripe between the yellow stripes of a double traffic stripe) shall be applie two coats a week apart. t APPENDIX A STANDARD DRAWINGS I I I I The following Standard Drawings are a part of the project drawings and are included b reference: SAN DIEGO REGIONAL STANDARD DRAWINGS t G-7 Sidewalk - Typical Sections (2-9 Sidewalk Joint Locations G-10 Concrete Joint Details I G-14 Concrete Driveways eALlF0RNl.A DEPARTMENT OF TRANSPORTATION Wheel Chair Ramp Detail No. 1, Case E Traffk Control System for Lane Closure on Multi-lane Conventional Highwaj Traffic Control for Signal Shut-off at Grand Ave. and Carlsbad Blvd. N8-B T-11 City n I NOTE: The Contractor must submit his own traffic control plan that is specially adapte to this project and maintains access and traffic control for side streets. NOTE: Concrete thickness shall not be less than what is identified on the plans or bi items. Concrete for surface improvements shall contain six sacks of portlan cement per cubic yard per Section 201-1.1.2, regardless of what the ab01 II b m standard drawings may say. 1 I I I 1 I I IP 10/3/90 Re I I il, E r I -1 :I :R 14 = -- a - 51 $5 Width as shown an plan - 114" per ft. - #,---- Weakened Plane Joint I I NON-CONTIGUOUS Weakenad Plana Joint ;o l------- ----- --__- __ - - -; CONTIGUOUS LEGENO ON PLANS SIDEWALK - TYPICAL SECTIONS * -- -. 31. II G* SIDEWALK JOINT LOCATIONS DRAWING NU k18 E R Expansion Joint filler material EXPANSION’ JOINT CONTACT JOINT Preformed Joint filler WEAKENED PLANE JOINT GUTTER AND PAVEMENT CURB AND SIDEWALK KEYED JOINT REGJONAL STANOAROS COMMITTEE CONCRETE JOINT DETAILS i 1 P r I t II 1 Limit of driveway for contiguous sidewalk Driway Curb Opening Orivwq width shown on pianr 4 II 5 S I fi I ff t & Ic4. I 1" above Gutter 7&11 Commerial 1. No concrete shall be placed until farms and subgrade are inspected by the Agency. 2. Concrete shall be 560-C-Qs 3. See standard drawings G-15 and G-16 far width and location requirements. 4. Driveway ramp to extend to 10 feet from curb face or to property line whichever is less. (For commercial driveways only) - LEGEND ON PLANS -t+ G Of- (2 Dl CONCRETE DRIVEWAYS - -. jB 1, i9 'I !d 1 i I I i- I P i I: 0 l I L 1 3 i I i I a UC n * I- mmo N~W %E & I 92 t F T-11 11" _". 3- 6o gf a? I- %- $ 5: I: 52 c. 23 c ozt; T-i,#g $ 2 51 -d 3; 5: $g kG n $$jjij ii j* -0 2; $j 52 2 I" ==%& 0 +w 0 34 e: $5 3 pjg n::s:::,_a v)c zx 5 JOd E; s:. d .. .$g ?- g, pgg; :, = .,~ ! I - -.-p $ 5 <?$ ~ ,.,,;;.. 5;:. 0 ~~~ i;i 0-z $ u<a 29 a;: '22 43 - \b,> 0 8 a- (1 ' WB ;s :l! - g"2 88 v)> &I Y k OW$ I-5 I """2 - .. 0 [yz, 2- - or g"2$ $jg$&& I- iWH@[ki IT w 3 v) 0 A u W z a If 2 U p. >- c 0 zSE cxg - ;E5 2 F8 g 188 B &3 le" .'.:e $3 2 !&3 &j 2 $2*:2 L3% P- 2 Lj - d I! fj ~:j&j~%&zfj$&$ $2 1 -? ",sgGgs $' 3 !ix $3 3z &zgzg6Ec G82 %%a26 g 8, $2 3g-35 33:;; pqqmz 0 4 -5;zr Z?Q$&$&f b hpf$ -;&- i : 3 z; ; 1 8 p E g ;; 2 :. g 1 : I i f $2 K%$l= ,$z g ZZd$<WSii ---$IGz=, ;$2$ 1: bi5 ! z f fZs SA$; E 7; B 88 €82 exg 3is 323 L 5 "11 g$; jzp.gZ8- 5'3s - c 66 d s; kX2S-G @E w HZct2 a#g:,3 0- N .-i - Ul 0 95 g 1 t I 1 I d I I I i U % I 1 II m 8 L w e$ B ++I ai W --1 -1 0 G2 i= =E WZ W ME U W I -x2 z*s k2== ma- gEs !=a +-G L Q c/) Z e -2z Q I a, I O& K< t- 3w z 02 0 $I OZ 4' uwmm c) E, LE u W 3 I W -=E > N ,002 \a Ec= c--? 9 t I: ;1 =f 2 E; 8' 52 g E- B 53 3 3% 3 y. -* 1 jj V, qgn w sz,g 6 32% $2 ; 7 It , 3 UV8SlYti3 i ' 1: +' I= 11 3' is. :fj f 9 ~~~ I-rn 0 - ILL Q E I- om P' April 19, 1993 Lekos Electric, Inc. 19111 El Fuerte Dr. El Cajon, CA 92020 RE: BOND RELEASE - CONTRACT NOS. 3273, 3277 3278, 3283 - GRAND AVEN TRAFFIC SIGNALS Per instructions from our Engineering Department, we are hereby releasing the follow bond for the above-referenced project: Faithful Performance (Warranty) Bond No. B360077; MCA Insurance Company; Remaining $46,746.24 The bond is enclosed so that you can return it to your surety. &i!iJ& Assistant City Clerk Enc . c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2E 1 V#?ITE IT - DON’T SAY+! Date 3/4 1. Senior Inspector T~ 2. Richard Cook, Principal Inspector &3epty Wanted From Yvonne Merritt UNO Reply Necessary Re: Bond Releas (Warranty) 3273,3277, 3278, 5283 L&s &/e< - &-J& s/g, y/.w93 . The City Clerk requir Our records indicate that the FAITHFUL PERFORMANCE Bondls for the above ref€ project will be eligible for release on written authorization for release. Thank you, Bond/s B36D877 0 Po- 6, /&e,/? .. ‘ PR -=. Approved By: Inspector Date Approved By: Release Authorized By: && Seni r Inspector 2 Principal Inspector To City Clerk 9/5/’5 e November 20, 1992 Lekos Electric, Inc. 1191 1 El Fuerte Dr. El Cajon, CA 92020 Re: Bond Release - Contract #3273,3277, 3278, 3283 - Grand Ave. Traffic Signals Per instructions from our Engineering Department, we are hereby releasing the followir bond for the above-referenced project: Labor & Materials Bond No. B360077 MCA Insurance Company $93,492.48 The bond is enclosed so that you can return it to your surety. Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Car[sbad Village Drive - Carlsbad, California 92008-1 989 - (619) 434-280 - LgpITE IT - DON'T SAY w c Date /a///sz 1. Senior Inspector T3 2. Richard Cook, Principal Inspector aqepiy WanTed "nm Yvonne Merritt -Vo R~DIv Vecessarv r - - -- Re: Bond Release (Warranty) 3273,3277, 3278: z2%3 Lekoi &-m+J& Our records indicate that the LABOR E MATERIALS Bondls for the above referen project will be eligible for release on /o/z 8/92 . The City Clerk r written authorization for release. Thank you, Bondls #B3dOd77 +- 'Of Approved By: 9z Approved By: 7/92 To City Clerk August 25, 1992 Lekos Electric, Inc. 11911 El Fuerte Dr. El Cajon, CA 92020 Re: Bond Release - Grand Ave. Traffic Signals - Contract Nos. 3273, 3277, 3278, 3282 The Notice of Completion for the above-referenced project has recorded. Therefore, we ar hereby releasing 75% of the Faithful Performance Bond. Please consider this letter as YOL notification that $140:238.71 of MCA Insurance Co. Faithful Performance Bond Nc B360077 is hereby released. We are required to retain the remaining 25% for a period c one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond No. B360077, in the amount of $93,492.48 will be eligibl for release six months from the date of recordation of the Notice of Completion, o October 28, 1992. A copy of the recorded Notice of Completion is also enclosed for your records. /kg.& KARE R. UN Assistant City Clerk Encs. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2801 c 8 I April 24, 1992 Annette J. Evans County Recorder Post Office Box 1750 San Diego, CA 92112-4147 RE: NOTICE OF COMPLETION Enclosed for recordation is the following described document: Notice of Completion for Grand Avenue Contractor: Lekos Electric, Inc. Project Nos. 3254, 3273, 3277, 3278 and 3283 Traffic Signals Our staff has determined that the recordation of this document j of benefit to the City; therefore, it is requested that the fees 1 waived. Thank you for your assistance in this matter. dd& CMC Assistant City Clerk Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28 Recording requested by: P 0 7 ) c CITY OF CARLSBAD 1 1 When recorded mail to: 1 ) City Clerk ) City of Carlsbad ) 1200 Elm Avenue ) ) 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 desc 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, 920 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on March 18, The name of the contractor, if any, for such work of improvement is Lekos 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: Traffic Signals (3) on Grand A at State, Roosevelt and Jefferson Streets: Sidewalk Improvements on Roosevelt Street: Proiec 3254, 3273, 3277, 3278 and 3283. 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, Cal , 1992 accepted the above described V\I 92008; the City Council of said City on April 21 completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 22 , 1922at Carlsbad, California. CITY OF CARLSBAD e ALETHA L. RAUTENKRANZ City Clerk EXHIBIT 2