HomeMy WebLinkAboutMcCain Construction Company Inc; 1987-02-13; 3235v ,/! 52 /,9 x --i A. M.
DATE &* /? P. M.
e\ [ h, p i~n+~t ' (1 ,z
L-& 1 L; 4 .; $, ;J!.LJL -
~_--.- ..____
STANDARD INTER DEPT. MEMO FORM 11 -2,
CITY OF CARLSBAD
San Diego County
California
a
CONTRACT DOCUHENTS & SPECIFICATIONS
for
CONSTRUCTION OF THE TRAFFIC SIGNAL
AT THE INTERSECTION OF
PALONAR AIRPORT ROAD AND CAHINO VIDA ROBLE e
CONTRACT NO. 3235
December, 1986
0
TABLE OF CONTENTS
0
PAGE - IiEn -
NOTICE INVITING BIDS 1
P ROPO SAL 3
BIDDER'S BOND TO ACCOMPANY PROPOSAL 6
DESIGNATION OF SUBCONTRACTORS 7
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9
BIDDER'S STATEMENT OF TECHNICAL ABILITY ti EXPERIENCE 10
CONTRACT 11
LABOR AND MATERIALS BOND 16
PERFORMANCE BOND 18
GENERAL PROVISIONS 20
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 27
CERTIFICATION OF COMPLIANCE 30
SPECIAL PROVISIONS 31
0
0
CITY OF CARLSBAD, CALIFORNIA
0 NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchas
Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, un
4:OO PM on the 22 hdday of DECEMBER , 19z86, at wh
time they will be opened and read for performing the work
follows:
-
CONTRACT NO. 3235
The work shall be performed in strict conformity with
specifications therefor as approved by the City Council of
City of Carlsbad on file in the Engineering Departme
Reference is hereby made to the specifications for f
particulars and description of the work.
No bid will be received unless it is made on a proposal f
furnished by the Purchasing Department. Each bid must
accompanied by security in a form and amount required by 1
The bidders' security of the second and third next low
responsive bidders may be withheld until the Contract has b
fully executed. The security submitted by all other unsuccess
bidders shall be returned to them, or deemed void, within
(10) days after the Contract is awarded. Pursuant to
provisions of law (Government Code Section 4590), appropri
securities may be substituted for any money deposited with
City to secure any obligation required by this notice.
The documents which must be completed, properly executed,
notarized are:
0
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and
Experience
All bids will be compared on the basis of the Enginee
Estimate. The estimated quantities are approximate and se
solely as a basis for the comparison of bids. The Enginee
Estimate is $70,000.
No bid shall be accepted from a Contractor who has not b
licensed in accordance with the provisions of State law.
Contractor shall state his or her license number
classification in the proposal.
0
e
One set of plans, special provisions, and Contract documents
be obtained at the Purchasing Department, City Hall, Carlsh
California, at no cost to licensed Contractors. Additional s
are available for a nonrefundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all b
and to waive any minor irregularity or informality in such bid
The general prevailing rate of wages for each craft or type
worker needed to execute the Contract shall be those
determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the California Labor Co
Pursuant to Section 1773.2 of the California Labor Code
current copy of applicable wage rates is on file in the Office
the Carlsbad City Clerk. The Contractor to whom the Contract
awarded shall not pay less than the said specified prevail
rates of wages to all workers employed by him or her in
execution of the Contract.
The Prime Contractor shall be responsible to insure complia
with provisions of Section 1777.5 of the California Labor Code
The provisions of Part 7, Chapter 1, of the California Labor C
commencing with Section 1720 shall apply to the Contract
work.
Bidders are advised to verify the issuance of all addenda
receipt thereof one day prior to bidding. Submission of b
without acknowledgment of addenda may be cause for rejection
bid.
Bonds to secure faithful performance of the work and payment
laborers and materials suppliers each in an amount equal to
hundred percent and fifty percent, respectively, of the Contr
price shall be required for work on this project.
The contractor shall be required to maintain insurance
specified in the contract. Any additional cost of said insura
shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, Californ
by Resolution No. 3979 , adopted on the \% T day
0
NO\/EM@E='IZ, 19%
Datk '
0
-
CITY OF CARLSBAD
0 CONTRACT NO. 3235
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined
location of the work, read the Notice Inviting Bids, examined
Plans and Specifications, and hereby proposes to furnish
labor, materials, equipment, transportation, and serv
required to do all the work to complete Contract No. 323
accordance with the Plans and Specifications of the Cit
Carlsbad, and the Special Provisions and that he/she will tak
full payment therefor the following unit prices for each complete, to wit:
Item Approximate
Item Descrip. w/Unit Price or Quantity Unit
TO - No. Lump Sum Written in Words & Unit Price
1. Construction of traffic
- 0
signal at Palomar Airport
Road and Camino Vida Roble complete in place, ;r; including striping L.S. L.S. 82
Total amount of bid in words: E/G;n7-fLJ3 7-/+uu&Ah’~3, 3
h‘,h)Di?PL> CQF-%-THt:eQ DTLLC3bC15 ‘Whll) NO,/’,a?’s -
1
Total amount of bid in numbers: $ %2,1 q3,‘30
Addendum(a) No(s) ;‘h/mw 1 has/have
received and is/are included in -‘this proposal.
0 +< 4
All bids are to be computed on the basis of the given estin
quantities of work, as indicated in this proposal, times the
price as submitted by the bidder. In case of a discrel
between words and figures, the words shall prevail. In ca:
an error in the extension of a unit price, the corrc
extension shall be calculated and the bids will be compute
indicated above and compared on the basis of the corrc
totals.
The Undersigned has checked carefully all of the above fic
and understands that the City will not be responsible fox
errors or omissions on the part of the Undersigned in makir
this bid.
The Undersigned agrees that in case of default in executin!
required Contract with necessary bonds and insurance pol1
within twenty (20) days from the date of Award of Contrac
City Council of the City of Carlsbad, the proceeds of chec
bond accompanying this bid shall become the property of the
o f Car lsb ad.
Licensed in accordance with the Statutes of the State
California providing for the registration of Contractors, Lic
No. 2777.2q
Identification qs - 27 7.51 7.5 .
The Undersigned bidder hereby represents as follows:
0
e
1. That no Councilmember, officer, agent, or employee of
City of Carlsbad is personally interested, direct1
indirectly, in this Contract, or the compensation t
paid hereunder; that no representation, oral or
writing, of the City Council, its officers, agents
employees has induced him/her to enter into
Contract, excepting only those contained in this for
Contract and the papers made a part hereof by its te
and
2. That this bid is made without connection with any per
firm, or corporation making a bid for the same work,
is in all respects fair and without collusion or frau
Accompanying this proposal is
for ten percent (10%) of the amount bid.
B 13 &fa
(Cash, Certified Check, Bond, or Cashier's Che
0
personally known to me or proicd to me on the basis of satisfactory evidence to be the person u ho executed
the within instrument as the president, and. &- L/C? Ljc- e. '!-/ /L1 "; sa
t33 c e.& I ni, personally known to me or
proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the
Secretary of the Corporation'
jar executcd the within instrument and acknowledged
.+- me that such corporation executed the within instru- ment pursuant to its by-law or a rrsolution of its board
of directors. WITNESS rnv? and official se ,I!
0
\
d4-L 1 Signature [ ,i/cA+& /
\
I ] ss. STATE OF CAL.IFORSIA
COUNTY OF sz.-v -aa<d
BIDDER'S BOND TO ACCOMPANY PROPOSAL a KNOW ALL PERSONS BY THESE PRESENTS:
That we 9 McCAIN CONSTRUCTION COMPANY, INC .
Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYL D Surety, are held and firmly bound unto the Cityof Carl!
California, in an amount as follows: (must be at leas
percent (10%) of the bid amount)
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID ($lo% OF THE BID)-----
---------------------------______ -
for which payment will and truly made, we bind ourselves,
heirs, executors and administrators, successors or assj
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if
proposal of the above-bounden principal for:
CONSTRUCTION OF TRAFFIC SIGNAL AT THE INTERSECTION OF
PALOMAR AIRPORT ROAD AND CAMINO VIDA ROBLE
PROJECT NO. 3235
(BID DATE: 12-22-86)
in the City of Carlsbad, is accepted by the City Council of
City, and if the above bounden Principal shall duly enter
and execute a Contract including required bonds and insur
policies. within twenty (20) days from the date of Awar
Contract by the City Council of the City of Carlsbad, being
notified of said award, then this obligation shall become
and void; otherwise, it shall be and remain in full force
effect, and the amount specified herein shall be forfeited to
said City.
In the event any Principal above named executed this bond a
individual, it is agreed that the death of any such Princ
shall not exonerate the Surety from its obligations under
bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals
0
I
8 3RD day of DECEMBER -' 19 -- 86 .
Corporate Seal (If Corporation) McCAIN CONSTRUCTION COMPANY, 11
Principal
FIDn;rry/@ =IT c[MpANy OF MARNAND .
I
RNEY-IN-FACT (
execution by all PRINCIPAL!
(Attach acknowledgement of and SURETY must be attache1
t Attorney in Fact) a
-
I
I
> I
Power of Attorney
HOME OFRCE: afinMou, MD.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY "SESE PRESENTS: That the FIDELITY AND DEPOSiT COMPANY OF MARYLAND, a tion of the State of Maryland, by C. M. PECOT, JR. , Vice-president, and C. W. ROBB
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of B
pany, which reads as follows:
"The Praident, or any one of the Executive Vice-presidents, or any one of the additional Vice-presidents specially mo to do by tbc Board of Directom or by the Executive Committee, shall have power, by and with the concurrence rrtary or any one of the Assistant Secretaria, to appoint Resident Vice-Presidents, Assistant Vice-presidents. Resider Seaetaria and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons tc behalf of the Corn ny any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and 1 kgnmenb of )u&eots, dm, mortgages and instruments in the nature of mort ages. and also all2ther instrument menu which the business of the Company may require, and eo afix the seal of the Eompany thereto.
does hereby nominate, constitute and appoint Bettie L, Garcia of sari Diego, califor:
1% true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its
SUeCY, and a3 its act and deed: any and all bonds and undertakings .. .. ....... .. ...
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and ackr
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own prope
The said Assistant Smrtary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the said Company, and is now in fora IN WI~SS WHEREOF, the said Vice-president and Assistant Secretary have hereunto s
their names and affixed the Corporate Seal of the said FIDELJTY AND DEPOSIT COMPANY OF MARYI
RfLAl
By .................................... f. dd Vue rcsidm(
.e ............................................................ 28th day of September -..., A.D. 19.7@..-..- ......................................................
FIDELITY AND DEPOSIT COMPANY OF
............... ?~..(?&& ......... ssistcrnt ecretary
AITEST :
September , A.D. 19 78 , before the subscriber. a Notary Public of t
STA~S or MMYLAND Crm 01 BALTIMORE
Maryland, in and for the City of Baltimore, duly commissioned and qualified. came the above-named Via-Resident ar scactary of the FIDH~ITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and office in and who executed the wing instrument, and they each acknowledged the execution of the same, and being by me evaally and each for himeelf depgcth and saith, that they are the said officers of the Company aforesaid. and that the to the pradin instrument is the Carporate Seal of szud Company, and that the said Corporate Seal and their signatc * aae dufy affixed and subrribed to the said instrument by the authority and direction of the said Corporation hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the d first above written.
} ss: On this 28th day.of
IN TK~OXP Wampor. 1 ha @ @& 7, ............................................................................. Notary Public Commission Expi res...dl& \G * *%ea 0 CERTIFICATE
I, the undersigned, Wtant Scatary d the FIDELITY AND DEPOSIT COMPANY OF MAR~AND, do haeby rrrtify that Po- of Attorney of which the foregoing is a full, true and correct copy, IS in full force and effect on the date of this certi! do further certify that the Vice-Resident who executed the said Power of Attorney was one of the additionaI Vice-Prf aall authorized by the Board of Directors to appoint any Attorney-In-Fact as provided m .4rticle VI, Section 2 of the
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Dire Fmatxm AND DEPOSIT COMPANY OF MAXYLAND at a meeting duly called and held on the 16th day of July, 1969
RBSOLVHD: "That the facsimile or mechanically reproduced signature of any Assistant Seqetary of the Cornpa made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney Issued by the Comw =lid and binding upon the 'Company with the same force and effect as though manually affixed." IN TES~U~ONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said CO
3 RD ,..day of .- .._.._.._.....................*-..-........ DECEMBER --., 19-86.
the 6fDELIm AND DKPOSIT COYPAXY OF MABYLAND
1. i
-I--
... -.... .......... .. _.-- - + ---------.- Assistant S
LlIIPCtf.-IM. 01 2-931 0 .. "' ''I" -'? "9 OTFCTJOY I,OOK FOR THE F&D i$T,STER;ILIAR
I
-
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the subbids of
following listed Contractors in making up his/her bid and
the subcontractors listed will be used for the work for N
they bid, subject to the approval of the City Engineer, ar
accordance with applicable provisions of the specifications.
changes may be made in these subcontractors except upon the ,E
approval of the City Engineer of the City of Carlsbad.
following information is required for each subcontrac
Additional pages can be attached, if required:
e
Items of Full Company Complete Address Phone N
Work Name w/Zip Code w/Area C
SIGNS 3TPtd<%€ CTL rur, Trauc-e, (?A "tzG.G.6 YI~-G.~L
c bT-t?l PI&&, )83 r\; j3,XLe-y
S-nZI PI N & Sr P.JD 13 LabT. I
0
0
rw.rsonall!- knnv.n to me or pro\cd to mc on tlx b'iblb of sstisfaclory t-\ itjcnct. to be thr pcrwn H ho t'.\ecutrd
the within instrument - as IhK . .
prc,idcnt. and ?.+/:>A? c;z--c-[' ,5, 12? c Ls
personally known to me or
proved to me on the basis of siti\fac!ory e\ idcnce 10 be e NOTARY PUBLIC
-
BID.DER'S STATEMENT OF FINANCIAL RESPONSIBILITy *
The Undersigned submits herewlth a notarized or sealed state
Of hls/her financial responsibility.
- qui- CLLUL-YOe rh) T- \--I h\ A WCI a 1_ S-ta-r~-~~e &I r is
*?h.l 6LCPGDv c3rJ FILE UI7-H -t'l-tE C-IL
3F: CqrzL51~67lT.y
I
__ __ - -
FC-303 (8-82)
(Corporation)
STATE OF CALlFORSlA . ) ss. cQUKTYOF 5-0 au-'-&
On a, CA,>>r h./u -32, 17PI5 before me. the undersigned, a Notary Public in
u'id State. personall> appeared prsonally known to me or pro\ed to me on the basis of satisfactory oidence to he the person H ho executed
thc \ri!hin in~trument aq the Prestdcnt, and LT2 ,~irr-> -, ~'L4-q 3 727 @''*l-S +
0
pcrsonall3 kno\in to me or
pro\rd to me on the bncic ot satisfactor> e\ idencc to he rnc person who cxectxcd the uithin in\trument a5 the
Secretary of the Corporalion
that cvccutrd the H rthin in\trument and acknou Icdged
to mc that such corporation executed the uithin rnrtru- ment pursuant to its bl-laus or a resolution of Its board
of dircctors. WITSESS my hand and official eal. .d
Signature [-< i <Aq/?- -J / ACT-
8, -_- -- -- - --I- - ___ ._ *
r / ,' ,,
I
m,$ ,'}a ,< [ T/ i/ 71 [L
S$gnQture (Notarize or
Corporate Seal)
a
'L
I
Date
Contract
Completed
Name and Phone
Name and Address No. of Person Type of Amount oi
of the Employer to Contact Work Contract
LA\.) (2 17 # I; e l:' .qm r.3 I C2-T e: b vw e 13 i) i 1 Pr&, ec7.\ 3~ si 'W I L r3 12 g GTLLL~~+
F9v C1-h 9F CPbCLS 3/40
-
CONTRACT - PUBLIC WORKS
This agreement is made this /Le day of
0
198F, by and between the City of Carlsbad, Cal*XF
municipal corporation, (hereinafter called 'lcity"), and
McCain Construction Company, Inc.
whose principal place of business is 2220 Encinitas Boulevar
Encinitas, California, 92024
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all w
specified in the Contract documents for:
CONSTRUCTION OF A TRAFFIC SIGNAL AT THE INTERSECTION OF
PALOMAR AIRPORT ROAD AND CAMINO VIDA ROBLE
PROJECT NO. 3235 (hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall prov
all labor, materials, tools, equipment, and personnel
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of t
Contract; the bid documents, including the Notice to Bidde
Instructions to Bidders' and Contractors' Proposals;
Plans and Specifications, and all proper amendments
changes made thereto in accordance with this Contract or
Plans and Specifications, and the bonds for the project;
of which are incorporated herein by this reference.
*
4. Payment. As full compensation for Contractor's performa
of work under this Contract, City shall make payment
Contractor as follows:
1. Installation of conduits and pole foundations, 25%
contract amount.
2. Wiring, 15% of contract amount.
3. Pole installations, 25% of contract amount.
4. Signal heads installation, 15% of contract amount.
5. Controller installation, 20% of contract amount.
Payment of undisputed Contract amounts shall be contingent u
Contractor furnishing City with a release of all claims agai
City arising by virtue of this Contract as it relates to tb
amounts.
*
-
A 10% retention will be deducted from all invoices.
payment will be made to the Contractor for materials e hand.
5. ' Independent Investigation. Contractor has made
independent investigation of the jobsite, the soil conditic
under the jobsite, and all other conditions that might afft
the progress of the work, and is aware of those conditior
The Contract price includes payment for all work that may
done by Contractor in order to overcome unanticipat
underground conditions. Any information that may have bf
furnished to Contractor by City about underground conditic or other job conditions is for Contractor's convenience on:
and City does not warrant that the conditions are as tt
indicated. Contractor is satisfied with all job conditior
including underground conditions and has not relied
information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contracl
shall be responsible for all loss or damage arising out
the nature of the work or from the action of the elements
from any unforeseen difficulties which may arise or
encountered in the prosecution of the work until :
acceptance by the City. Contractor shall also be responsit
for expenses incurred in the suspension or discontinuance
the work. However, Contractor shall not be responsible i
reasonable delays in the completion of the work caused
acts of God, stormy weather, extra work, or matters which 1
specifications expressly stipulate will be borne by City.
a
7. Change Orders. City may, without affecting the validity
this Contract, order changes, modifications, deletions, i
extra work by issuance of written change orders. Contraci
shall make no change in the work without the issuance o
written change order, and Contractor shall not be entitled
compensation for any extra work performed unless the City I
issued a written change order designating in advance 1
amount of additional compensation to be paid for the wo:
If a change order deletes any work, the Contract price shi
be reduced by a fair and reasonable amount. If the part
are unable to agree on the amount of reduction, the w(
shall nevertheless proceed and the amount shall be determii
by arbitration or litigation. The only person authorized
order changes or extra work is the City Engineer. Howevc
no change or extra work order in excess of $5,000.00 shall
effective unless approved by the City Council.
8. Prevailing Wage. Pursuant to the Labor Code of the State
California, the City Council has ascertained the gene
prevailing rates of per diem wages for each craft or type
worker needed to execute the Contract and a schedi
containing such information is in the City Clerk's offii 0
-
and is incorporated by reference herein. Pursuant to La
Code Section 1775, Contractor shall pay prevailing wag
Contractor shall post copies of all applicable prevail
wages on the job site.
e
9. Indemnity. Contractor shall assume the defense of
indemnify and hold harmless the City, and its officers
employees, from all claims, loss, damage, injury
liability of every kind, nature and description, directly
indirectly arising from or in connection with the performa
of the Contract or work; or from any failure or alle
failure of Contractor to comply with any applicable 1
rules or regulations including those relating to safety
health; except for loss or damage which was caused solely
the active negligence of the City; and from any and
claims, loss, damage, injury and liability, howsoever
same may be caused, resulting directly or indirectly from
nature of the work covered by the Contract, unless the 1
or damage was caused solely by the active negligence of
City. The expenses of defense include all costs
expenses, including attorneys fees for litigati
arbitration, or other dispute resolution method.
IO. Insurance. Without limiting contractor's indemnification,
is agreed that contractor shall maintain in force at
times during the performance of this agreement a policy
policies of insurance covering its operations and insura
covering the liability stated in Paragraph 9. The policy
policies shall comply with the special insurance instructi
attached to the bid documents and shall contain the follow
clauses:
Contractor's liability insurance policies shall contain
following clauses:
A. "The City is added as an additional insured as respe
operations of the named insured performed under contr
with the City."
a
B. "It is agreed that any insurance maintained by the C
shall apply in excess of and not contribute wi
insurance provided by this policy."
All insurance policies required by this paragraph sh
contain the following clause:
A. "This insurance shall not be cancelled, limited or n
renewed until after thirty days written notice has b
given to the City."
Certificates of insurance evidencing the coverages requi
by the clauses set forth above shall be filed with the C
prior to the effective date of this agreement. 0
-
11. Workers I Compensation. Contractor shall comply with 1
requirements of Section 3700 of the California Labor Coc
Contractor shall also assume the defense and indemnify 1
save harmless the City and its officers and employees f1
all claims, loss, damage, injury, and liability of evt
kind, nature, and description brought by any person emplo!
or used by Contractor to perform any work under this Contri
regardless of responsibility for negligence.
0
12. Proof of Insurance. Contractor shall submit to the C:
certification of the policies mentioned in Paragraphs 10 i
11 or proof of workers' compensation self-insurance prior
the start of any work pursuant to this Contract.
13. Arbitration. Any controversy or claim in any amount up
$100,000 arising out of or relating to this Contract or i
breach thereof may, at the option of City, be settled
arbitration in accordance with the construction indus'
rules of the American Arbitration Association and judgmc
upon the award rendered by the arbitrator(s) may be ente
in any California court having jurisdiction thereof.
award of the arbitrator(s) shall be supported by law ,
substantial evidence as provided by the California Code
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and rnl
available to the City, upon request, records in accordai
with Sections 1776 and 1812 of Part 7, Chapter 1, Article
of the California Labor Code. If the Contractor does I
maintain the records at Contractor's principal place
business as specified above, Contractor shall so inform
City by certified letter accompanying the return of t
Contract. Contractor shall notify the City by certif
mail of any change of address of such records.
0
15. Labor Code Provisions. The provisions of Part 7, Chapter
commencing with Section 1720 of the California Labor C
are incorporated herein by reference.
16. Security. Pursuant to the requirements of law (Governem
Code Section 4590) appropriate securities may be substitu
for any monies withheld by City to secure performance
this Contract or any obligation established by t
Contract.
0
-
t'
17. Additional Provisions. Any additional provisions of t
agreement are set forth in the "General Provisions"
"Special Provisons'' attached hereto and made a part hereo e
McCAIN CONSTRUCTION COMPANY, 1%.
Contractor
(Seal
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
APPROVED AS TO FORM:
APPROVED AS TQ FORM:
VI ft: Bwm u@S T ATTORNW
<-.---e- l-2 1 CJlK.c/-e :L fG, $7 " *< and above
By
RONALD R. BALL
F
4 City Manager, for Contracts
less than $10,000
ATTEST: m
I
Contractor's Certification of Awareness of Workers' Cornpensat
Responsibility.
'(1 am aware of the provisions of Section 3700 of the Labor C
which requires every employer to be insured against liability
workers' compensation or to undertake self-insurance
accordance with the provisions of that code, and I will corn
with such provisions before commencing the performance of
work of this Contract."
Contract or
i.
....,. -, i ( Corpora ti on)
STATE OF CALIFORSIA COUNT^ OF San Diego
On February 5, 1987
said Stare, pzrsonally appcdred personally known to me or proied to me on the basis
of satisfactory evidence to be the person who executed
thc trithin in,trunicnt as the -
President, and Evanaeline S. McCain
personally knoun to me or prowd to me on the basis of satisfactory et idcncc to be the person who executed the within instrument as the
Secretary of the Corporation ihat executed the within instrument and ackno\tledged to me that such corporation executed the within instru- ment pursuant 10 its bylaws ora resolution of its board of directors. WITXESS my hand and officia) s,eg.
?% } ss.
brfore me. the undersigned, a Sotary. Public in an
Jack A. McCain
Signature C.-..a.n /7p/"( ,.-c,L/ , *."t:: J-'L-&--~,
-
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
e
The specifications for the work shall consist of the late
edition of the Standard Specifications for Public WOI
Construction, hereinafter designated SSPWC, as issued by t
Southern Chapters of the American Public Works Associatic
the City of Carlsbad supplement to the SSPWC, the Contr:
documents, and the General and Special Provisions attact
thereto.
The Construction Plans consist of two (2) sheets designat
as City of Carlsbad Drawing No. 224-1. The standard drawin
utilized for this project are the San Diego Area Region
Standard Drawings, hereinafter designated SDRS, f
Department of Transport at ion's Standard Spec if ications, 19
Edition, together with the City of Carlsbad Supplement
Standard Drawings.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labo
equipment and materials, and performing all operatio
necessary to complete the project work as shown on t
project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT 0
A. Engineer:
The word "Engineer" shall mean the City Engineer or h
approved representative.
B. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted
"scheduled", or words of similar import are used,
shall be understood that reference is made to the pla
accompanying these provisions, unless stated otherwise.
C. Directions:
W h e r e I
words of similar import are used, it shall be understoc
that the direction, designation or selection of tl
Engineer is intended, unless stated otherwise. The wo
"required" and words of similar import shall I
understood to mean "as required to properly complete tl
work as required and as approved by the City Engineer'
unless stated otherwise.
wo r ds 'Id i r ec t e d I' , Ild es i g n at e d" , 'Is e 1 ec t e d " ,
a
-'
D. Equals and Approvals:
Where the words !'equal", "approved equal", "equivaler
and such words of similar import are used, it shall
understood such words are followed by the expression t
the opinion of the Engineer", unless otherwise state
Where the words "approved", "approval", "acceptance",
words of similar import are used, it shall be understc
that the approval, acceptance, or similar import of t
Engineer is intended.
0
E. Perform and Provide:
The word "perform" shall be understood to mean that t
Contractor, at her/his expense, shall perform a
operations, labor, tools and equipment, and furthe
including the furnishing and installing of materials th
are indicated, specified, or required to mean that t
Contractor, at her/his expense, shall furnish and insta
the work, complete in place and ready to use, includi
furnishing of necessary labor, materials, tool
equipment, and transportation.
4. CODES AND STANDARDS
Standard Specifications incorporated in the requirements
the specifications by reference shall be those of the late
edition at the time of receiving bids. It shall
understood that the manufacturers or producers of materia
so required either have such specifications available f
reference or are fully familiar with their requirements
pertaining to their product or material.
0
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contract
per Section 6-1 of the SSPWC at the time of t
preconstruction conference. No changes shall be made to t
construction schedule without the prior written approval
the City Engineer.
Any progress payments made after the scheduled completi
date shall not constitute a waiver of this paragraph or a
damages.
Coordination with the respective utility company for remov<
or relocation of conflicting utilities shall be requiremen
prior to commencement of work by the Contractor.
The Contractor shall begin work within 10 calendar days aft1
being duly notified by an issuance of a "Notice to Proceei
and shall diligently prosecute the work to completion with
90 consecutive calendar days. If the completion date is nl 0
-
met the contractor will be assessed the sum of $300 per I
for each day beyond the completion date as liquidated damac
for the delay. Any progress payments made after 4
specified completion date shall not constitute a waiver
this paragraph or of any damages.
0
6 . NONCONFORMING WORK
The Contractor shall remove and replace any work r
conforming to the plans or specifications upon written or(
by the City Engineer. Any cost caused by reason of tt
nonconforming work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (I) year after t
filing of a "Notice of Completion" and any faulty work
materials discovered during the guarantee period shall
repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with t
product manufacturer's directions, the Contractor sha
obtain and distribute the necessary copies of su
instructions, including two (2) copies to the City Engineer a 9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the constructi
shall be equipped with mufflers in good repair when in use
the project with special attention to City Noise Contr
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of a Ci
Construction Inspector. Inspectors shall have free access
any or all parts of work at any time. Contractor sha
furnish Inspectors with such information as may be necessa
to keep her/him fully informed regarding progress and mann
of work and character of materials. Inspection of work sha
not relieve Contractor from any obligation to fulfill th
Contract.
11, PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by 1
to be inserted in this Contract shall be deemed to I
inserted herein and the Contract shall be read and enforci
as though it were included herein, and if, through mistal
or otherwise, any such provision is not inserted, or is nl 0
-
correctly inserted, then upon application of either pa
the Contract shall forthwith be physically amended to m 0 such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors, and materi
suppliers shall provide and install the work as indicat
specified, and implied by the Contract documents. Any it
of work not indicated or specified, but which are essent
to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of s
documents. In all instances throughout the life of I
Contract, the City will be the interpreter of the intent
the Contract documents, and the City's decision relative
said intent will be final and binding. Failure of 1
Contractor to apprise her/his subcontractors and materi;
suppliers of this condition of the Contract will not relic
her/him of the responsibility of compliance.
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conform:
with the drawings, specifications, and based upon the itc
indicated or specified. The Contractor may offei
substitution for any material, apparatus, equipment,
process indicated or specified by patent or propriet:
names or by names of manufacturer which she/he considt
equal in every respect to those indicated or specified. 1
offer made in writing, shall include proof of the State Fi
Marshal's approval (if required), all necessary informatic
specifications, and data. If required, the Contractor,
her/his own expense, shall have the proposed substitut
material, apparatus, equipment, or process tested as to i
quality and strength, its physical, chemical, or ott-
characteristics, and its durability, finish, or efficier
by a testing laboratory as selected by the City. If t
substitute offered is not deemed to be equal to that
indicated or specified, then the Contractor shall furnis
erect, or install the material, apparatus, equipment,
process indicated or specified. Such substitution
proposals shall be made prior to beginning of constructic
if possible, but in no case less than ten (IO) days prior
actual installation.
e
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a comple
"as-built" record set of transparent sepias, which shall
corrected daily and show every change from the origin
drawings and specifications and the exact "as-bull
locations, sizes and kinds of equipment, underground pipin
valves, and all other work not visible at surface grad a
-
Prints for this purpose may be obtained from the City
cost. This set of drawings shall be kept on the job i
shall be used only as a record set and shall be delivered
the Engineer on completion of the work.
0
15. PERMITS
The general construction, electrical, and plumbing perrnj
will be issued by the City of Carlsbad at no charge to t
Contractor. The Contractor is responsible for all ott
required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price iten
are for comparing bids and may vary from the actual fir
quantities. Some quantities may be increased and others r
be decreased or entirely eliminated. No claim shall be ma
against the City for damage occasioned thereby or for la
of anticipated profits, the Contractor being entitled or
to compensation for the actual work done at the unit pric
bid.
The City reserves and shall have the right, when confront
with unpredicted conditions, unforeseen events,
emergencies to increase or decrease the quantities of wa
to be performed under a scheduled unit price item or
entirely omit the performance thereof, and upon the decisi
of the City to do so, the City Engineer will direct t
Contractor to proceed with the said work as so modified.
an increase in the quantity of work so ordered should resL
in a delay to the work, the Contractor will be given
equivalent extension of time.
e
17. SAFETY e( PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for t
safety of employees on the work and shall comply with i
applicable provisions of Federal, State and Municipal safe
laws and building codes to prevent accidents or injury
persons on, about, or adjacent to the premises where t
work is being performed. He/she shall erect and proper
maintain at all times, as required by the conditions a
progress of the work, all necessary safeguards for t
protection of workers and public, and shall post dang
signs warning against hazards created by such features
construction as protruding nails, hoists, well holes, a
falling materials.
18. SURVEYING
Contractor shall employ a licensed land surveyor
registered civil engineer to perform necessary surveying f m this project. Requirements of the Contractor pertaining
-
this item are set forth in Section 2-9.5 of the SSP1
Contractor shall include cost of surveying service witt
appropriate items of proposal. No separate payment will
made.
19. UTILITIES
0
Utilities for the purpose of these specifications shall
considered as including, but not limited to pipe line
conduits, transmission lines, and appurtenances of 'IPubI
Utilities" (as defined in the Public Utilities Act of t
State of California) or individualy solely for their own I
or for use of their tenants, and storm drains, sanit:
sewers, and street lighting. The City of Carlsbad i
affected utility companies have, by a search of knc
records, endeavored to locate and indicate on the Plans :
utilities which exist within the limits of the WOI
However, the accuracy or completeness of the utilitj
indicated on the Plans is not guaranteed. Servj
connections to adjacent property may or may not be shown
the plans. It shall be the responsibility of the Contract
to determine the exact location and elevation of 2
utilities and their service connections. The Contract
shall make his/her own investigation as to the locatic
type, kind of material, age and condition of existj
utilities and their appurtenances and service connectic
which may be affected by the contract work, and in additj
he/she shall notify the City as to any utilit
appurtenances, and service connections located which h:
been incorrectly shown on or omitted from the plans.
The Contractor shall notify the owners of all utilities
least 48 hours in advance of excavating around any of t
structures. At the completion of the contract work, t
Contractor shall leave all utilities and appurtenances ir
condition satisfactory to the owners and the City. In t
event of damage to any utility, the Contractor shall notj
the owners of the utility immediately. It is t responsibility of the Contractor to compensate for utili
d am ages .
The temporary or permanent relocation or alteration
utilities, including service connections, desired by t
Contractor for his/her own convenience shall be t
Contractor's own responsibility, and he/she shall make :
arrangements regarding such work at no cost to the City.
delays occur due to utilities relocations which were r
shown on the Plans, it will be solely the City's option
extend the completion date.
In order to minimize delays to the Contractor caused by t
failure of other parties to relocate utilities whj
interfere with the construction, the Contractor, up
a
0
-
request to the City, may be permitted to temproarily on
the portion of work affected by the utility. The portj
thus omitted shall be constructed by the Contract
immediately following the relocation of the utility involl
unless otherwise directed by the City.
All costs involved in locating, protecting and supporting
all utility lines shall be included in the price bid f
various items of work and no additional payment will
made.
a
20. WATER FOR CONSTRUCTION
The contractor shall obtain a construction meter for wat
utilized during the construction under this contract. 1
contractor shall contact the appropriate water agency I
requirements. The contractor shall include the cost
water and meter rental within appropriate items of t
proposal. No separate payment will be made.
21. TEST OF MATERIALS
Testing of materials shall conform to Section 4-1.4 of t
SSPWC and the following:
Except as elsewhere specified, the Agency will bear the cc
of testing material and/or workmanship where the results
such tests meet or exceed the requirements indicated in t
Standard Specifications and the Special Provisions. 1
cost of all other tests shall be borne by the Contractor.
At the option of the City Engineer, the source of supply
each of the materials shall be approved by him before t
delivery is started. All materials proposed for use may
inspected or tested at any time during their preparation i
use. If, after trial, it is found that sources of sup^
which have been approved do not furnish a uniform produc
or if the product from any source proves unacceptable at z
time, the Contractor shall furnish approved materials fr
other approved sources. After approval, any material whj
becomes unfit for use due to improper storage, handling
any other reason shall be rejected.
0
22. COMPACTION TESTS
All backfill and subgrade shall be compacted in accordar
with the notes on the plans and the SSPWC. Compaction tes
may be made by the City and all costs for such testing shc
be borne by the City. Said tests may be made at any pl:
along the work as deemed necessary by the City Enginec
The costs of any retests made necessary by noncompliar
with the specifications shall be borne by the Contractor. 0
-
23. CLEANUP AND DUST CONTROL
Cleanup and dust control shall conform to Section 7-8.1
the SSPWC and shall be executed even on weekends and ott
non-working days at the City's request.
0
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of t
contract insurance against claims for injuries to persons
damages to property which may arise from or in connection wj
the performance of the work hereunder by the Contractor, t
agents, representatives, employees, or subcontractors. If t
insurance is on a "claims made" basis, coverage shall be maj
tained for a period of three years from the date of completion
the work. The cost of such insurance shall be included
Contractor's bid. The insurance company or companies shall me
the requirements of City Council Resolution No. 8108.
A. Minimun Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Form Number GL 0002 (Ed.l/;
covering Comprehensive General Liability; and Insurar
Services Office form number GL 0404 covering Broad Fc 0 Comprehensive General Liability; and
2. Insurance Services Office Form Number CA 0001 (Ed.l/;
covering Automobile Liability, Code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code
the State of California and Employers' Liabilj
Insurance.
9. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combir
single limit per occurrence for bodily injury :
property damage. If the policy has an aggregate limj
a separate aggregate in the amounts specified shall
established for the risks for which the City or 1
agents, officers or employers are additional insured.
2. Automobile Liability: $1,000,000 combined single lin
per accident for bodily injury and property damage.
3. Workers ' Compensation and Employers' Liabilit
Workers' Compensation limits as required by the tat
Code of the State of California and Employers' Liabili
limits of $1,000,000 per accident. 0
-
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be decla
to and approved by the City.
e
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain,
following provisions:
1. General Liability and Automobile Liability Coverage:
a. The City, its officials, employees and volunteers
to be covered as insured as respects: liabil
arising out of activities performed by or on behalf
the Contractor; products and completed operations
the Contractor; premises owned, leased or used by
Contractor; or automobile owned, leased, hired
borrowed by the Contractor. The coverage shall cont
no special limitations on the scope of protect
afforded to the City, its officials, employees
volunteers.
b. The Contractor's insurance coverage shall be prim
insurance as respects the City, its officia
employees and volunteers. Any insurance or se
insurance maintained by the City, its officia
employees or volunteers shall be excess
Contractor's insurance and shall not contribute w
it.
0
c. Any failure to comply with reporting provisions
the policies shall not affect coverage provided
the City, its officials, employees or volunteers.
d. Policies shall provide for Cross Liability.
addition of the City as an insured under the pol
shall not limit the ability of the City to coll
for covered claims made against others insured un
the policy, up to the limits of liability provide
2. All Coverages
Each insurance policy required by this clause shall
endorsed to state that coverage shall not be suspend
voided, cancelled, reduced in coverage or in lim
except after thirty (30) days' prior written notice
certified mail, return receipt requested, has been gi
to the City. If the insurance is suspended, void
cancelled, reduced in coverage or in limits,
contractor shall obtain other insurance which compl
with these requirements. 0
-
E. Acceptability,of Insurers
Insurance is to be placed with insurers with a Bests' rat.
of no less than A:XI unless otherwise authorized by C:
Council Resolution No. 8108.
0
F. Verification of Coverage
Contractor shall furnish the City with certificates
insurance and with original endorsements affecting cover;
required by this clause. The certificates and endorsemei
for each insurance policy are to be signed by a per:
authorized by that insurer to bind coverage on its beha
The certificates and edorsements are to be in forms provic
by the City and are to be received and approved by the C:
before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insureds unc
its policies or shall furnish separate certificates i
endorsements for each subcontractor. All coverages
subcontractors shall be subject to all of the requiremei
stated herein.
0
e
-
CERTIFICATION OF COMPLIANCE
I hereby certify that
in performing under the Purchase Order awarded by the City
Carlsbad, will comply with the County of San Diego Affirmat
Action Program adopted by the Board of Supervisors, including
cur r ent amendments.
e
Legal Name of Contractor
Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL)
Title
(Notarial acknowledgement of execution by all principals must I
attached. )
e
a
- 31
a
SPECIAL PROVISIONS
I. Traffic Signal Instaliation. - Furnishing and installing traf;ic signals and payment therefor shall conform to the provisions ii
Section 86, "Signals & Lighting," of the CALTRANS Standarc
Specifications, and these Special Provisions.
2. Equipment List and Drawings - Equipment list and drawings o
electrical equipment and material shafl conform to the provision
in Section 86-1.03, "Equipment List and Drawings", of th CALTRANS Standard Specifications and these Special Provi-
sions.
The controller cabinet schematic wiring diagram and intersectior
sketch shall be combined into one drawing, so that, when thc
cabinet door is fully open, the drawing is oriented with thi
intersection.
The Contractor shall furnish a maintenance manual for all con
troller units, auxiliary equipment, vehicle detector senso
units, control units and amplifiers. The maintenance manua
and operation manual may be combined into one manual. Thl
maintenance manual or combined maintenance and operatioi
manual shall be submitted at the time the controllers are de
livered for testing or, if ordered by the Engineer, previous ti
purchase. The maintenance manual shall include, but need no
be limited to the following items:
(a) Specifications
(b) Design Characteristics IC) General Operation Theory
(d) Function of all Controls
(e) (f) Block Circuit Diagram
(9) Geographical Layout of Components (h) Schematic Diagrams
(i)
3. Foundations - Foundations shall conform to the provisions o
Section 86-2.03, "Foundations," of the CALTRANS Standarc
Specifications and these Special Provisions.
Portland cement concrete shall conform to Section 90-1 0, "Mino
Concrete ,It of the CALTRANS Standard Specifications and shal
contain not less than 470 pounds of cement per cubic yard
except concrete for pile foundations shall contain not less thal
564 pounds of cement per cubic yard.
0
Trouble Shooting Procedure (Diagnostic Routine)
List of Replaceable Component Parts with Stock Numbers
0
- 32 -
0 4. Conduit - Conduit shall conform to the provisions of Section 86-2.
"Conduit," of the CALTRANS Standard Specifications and these Spec
Provisions.
The first paragraph in Section 86-2.058, "Use," of the Stand
Specifications is amended to read:
Conduit to be installed on the surface of poles or structures or oti
exposed locations or in concrete structures and foundations shall be
rigid metal or IMC type. Exposed conduit installed on a painted struct shall be painted the same color as the structure. The conduit run betwee
structure and the nearest pull box shall be of the rigid metal or IMC typl
The fourth sentence in the third paragraph in Section 86-2.0 "Installation," of the Standard Specifications is amended to read:
When a standard coupling cannot be used for coupling metal type conduit
UL listed threaded union coupling, concrete-tight split coupling
concrete-tight set screw coupling shall be used.
Insulated bonding bushings will be required on metal conduit.
When rigid non-metallic conduit is placed in a trench (not under pavemenl
the trench shall be backfilled with commercial quality concrete, contain:
not less than 376 pounds of cement per cubic yard, to not less than four 1
inches above the conduit before additional backfill material is placed.
Conduit runs shown on the plans to be located behind curbs may be instal.
in the street, within three feet of and parallel to the curb, by boring
jacking as provided below. All pull boxes shall be located behind the ct
or at the locations shown on the plans. All conduit runs under the paveme
shall be done by jacking or boring and no trenching is allowed.
After conductors have been installed, the ends of conduits terminating
pull boxes and controller cabinets shall be sealed with an approved type
sealing compound.
Installation of Conduit. - Conduit shall be placed under existing paveme
by jacking or boring.
Pull Boxes - Pull boxes shall conform to the provisions in Section 86-2.C
"Pull Boxes," of the CALTRANS Standard Specifications and these Speci
Provisions.
Grout in bottom of pull boxes will not be required.
Conductors and Wiring. - Splices shall be insulated by "Method 6."
Multiple
2.088, "Multiple Lighting Conductors," of the Standard Specifications.
The
of the Standard Specifications is amended to read:
0
5.
6.
circuit conductors shall conform to the provisions in Section 8
first sentence of the second paragraph of Section 86-2.09A, "Circuity 0
- 33 -
0
All control circuit conductors shall be run continu-
ously without splices from a terminal block located
in a cabinet, compartment, or signal head, to a
similar located terminal block.
7. Bonding and Grounding. - Grounding jumper shall be attached b
3/16 inch or larger brass bolt in the signal standard or contro
pedestal and shalt be run to the conduit, ground rod or bonc
wire in adjacent pull box.
Grounding jumper shall be visible after cap has been poured
foundation.
Equipment grounding conductors will not be required in con4
containing loop lead-in cables only.
- Testing shall conform to the provisions in Secl
E=* 6 2 14 *'Testing,'' of the CALTRANS Standard Specifications.
Contractor shall deliver and pick-up the controller assembly fully wired cabinet to Southwest Signal, Inc. for testing. AI
three weeks for testing. The first test will be completed at
City's expense. Should subsequent tests be necessary, they wc
be at the Contractor's expense.
9. Field Testin - Field Test shall conform to the provisions in Secl
deld Testing", of the CALTRANS Standard Specificati
and these Special Provisions.
The full cost for the Contractor performing this field testing in
presence of the Engineer shall be included in the lump sum pr for each location and no additional payment will be allowed theref1
- Painting shalt conform the provisions in Section 86-2.
dg," of the CALTRANS Standard Specifications and th
Special Provisions.
All paint is to be furnished and applied by the Contractor at
expense.
Factory finish will be satisfactory for new luminaires and
further painting will be required.
Steel poles and mast arms shall not be painted except that all c or damaged edges shall be covered in accordance with Sect
75-1 .OS, "Galvanizing ,I* of the CALTRANS Standard Specifications
8.
e
10. Paintin
0
- 34 '
a
11. Signal Controller - Model 170 traffic controller units, cabinets,
auxiliary equipment shaPl conform to the provisions in Sec
86-3.11 "Model 170 Controller Assembly" of the CALTRANS Stan,
Specifications and these Special Provisions. The controller shal
equipped with the latest CALTRANS approved local intersec
control program and a full complement of prom chips. The (
tractor shall install the new Type 170 controtfer in a model
cabinet .
The Contractor shall arrange to have a signal technician qualifie
work on the controller unit and employed by the controller
manufacturer or his representative, present at the time the eq
ment is turned on.
12. Modulated Light Signal Detection System. - Each modulated
signal detection system shall conform to the details shown on
plans and these Special Provisions.
A. General - Each modulated light signal detection system !
consist of an optical detectorldiscriminator assembly
assemblies located at the traffic signal.
Each system shall permit detection of Class 11 (Emerger
Vehicles. They shall be capable of being detected at
range of up to 1,800 feet (550 meters) from the optical
tector .
The modulation frequency for Class I1 signal emitters shal
14.035 Hzt0.250 Hz.
0
6. Optical Detection/Discriminator Assembly. -
1. General - Each optical detection/discriminator assen
shall consist of one or more optical detectors, connec
cable and a discriminator module.
Each such assembly when used with standard emit
shall have a range of at least 1,800 feet (550 meters)
Class I1 signals. Range measurements shall be taken 1
all range adjustments on the discriminator module se
'I ma x im u m I' .
2. Optical Detector - Each optical detector shall bc
weatherproof unit capable of being easily mounted
a mastarm. The housing shall have at least
opening threaded for 3/4-inch conduit, through wf
at1 wiring shall enter. Each detector shall weigh
more than two (2) pounds and shall present
maximum wind load area of 36 square inches.
*
- 35 .
0
Each detector shall be capable of receiving op
energy from one of two axially opposed directic
The reception angle shall be a maximum of 26 dq,
(12 degrees total included angle) measured in
horizontal plane about the center axis of the I
sensing element. The reception angle in the veri
plane measured about the center axis of the I
sensing element shall be maximum of 4 degrees at
and 8 degrees below that center axis. Measuremc
are to be taken at a range of 1,800 feet (550 metc for each Type II emitter.
All internal circuitry shall be solid state and elec
power shall be provided by the respec
discriminator module.
3. Cable - Emergency Vehicle Pre-emptor Detec
Lead-in Cable shall conform to the provisions
Section 86-2.08, "Conductors ,I1 of the Stanc
Specifications and these Special Provisions.
Emergency vehicle pre-emptor detector lead-in c'
shall meet the characteristics of 1 PCEA-561-402
NEMA WCS, Section 7.4, 600V Control Cable, 75
Type B.
Conductors shall be 3 No. 20-7x28 stranded.
Conductor strands shall be individually tinned.
Conductor insulation shall be . a low-density polet
lene material having a minimum thickness of 25 mils.
Conductors shall be color coded; 1 - yellow, 1 - t
and 1 - orange.
The cable shall have 1 No. 20-7x28 stranded, tinn
bare drain wire.
The drain wire shall be placed between the insuk
conductors and a shield.
The shield shall be of tinned copper-brass or alu
num polyester tape with a nominal 20% overlap.
conductive surface of the shield shall be in con1
with the drain wire.
Capacitance measured between any conductor and
other two conductors and the shield shall not exc
48 picofarads per foot when tested at 1,000 hertz.
0
0
- 36 -
e
The cable jacket shall be a black PVC material r
for 600 volts and 75C and shall have an avel
minimum wall thickness of 45 mils.
The finished outside diameter of the cable shall
between 0.28 and 0.30 of an inch.
The cable jacket shall be marked with the manu
turers name, insulation type designation, number
conductors and conductor size, and voltage
temperature ratings.
4. Discriminator Module - Each discriminator module 5
be designed to be compatible and usable with a M
170 controller unit and to be mounted in the input
of a Model 332 or Model 336 controller cabinet.
addition, each discriminator module shall conform
the requirements of Chapter 1 of the State
California, Department of Transportation, "Tfi
Signal Control Equipment Specifications ,It dated A;
1978, and to all addendums thereto current at
time of project advertising.
Each discriminator module when used with
associated detectors shall be capable of:
a) Receiving Class II signals at a range of up
b) Decoding the signals on the basis of frequer
a
1,800 feet (550 meters).
14.035 Hz 2 0.255 Hz for Class I1 signals
c) Establishing the validity of received signals
the basis of frequency and length of time
ceived. A signal shall be considered valid (
when received for more than 0.50 second.
combination of Class 1 signals shall be recogn
as a Class 11 signal regardless of the number
signals being received, up to a maximum of
signals. Once a valid signal has been rec
nized its effect shall be held by the module
the event of temporary loss of the signal foi
period adjustable from 4.5 seconds to 11 seco in at least two steps at five seconds 50.5 sec
and ten seconds t0.5 second.
d) Providing an output that will result in a I'low"
grounded condition of the appropriate input o
Model 170 controller unit. For Class 11 sigi
the output shall be steady.
0
- 37 .
e
Each discriminator module shall receive electric p'
from the controller cabinet at either 24 volts DC
120 volts AC.
Each channel together with its associated detec
shall draw not more than 100 milliamperes at 24 L
DC nor more than 100 milliamperes at 120 volts
Electric power, one detector input for each chai
and one output for each channel shall terminate at
printed circuit board edge connector pins li
below.
Board edge connector pin assignment shall be
follows :
A DC Ground
B +24 VDC P NC
C NC
D Detector Input, Channel A R NC
E +24 VDC to detectors s NC F Charnel A Output (C) T NC U NC
H Channel A Output (E) V NC
a
J Detector Input, Channel B W Channel B Outpi K DC Ground to Detectors X Channel B Outpi
L Chassis Ground Y NC
M AC- 2 NC
N AC+
Slotted for Keying - (NC) Not connecte
(C 1 Collector cannot be used by
facturer for any p
(E) Emitter
Two auxiliary detector inputs for each channel I
enter each module through the front panel connec
Pin assignment for the connector shall be as follows:
1. Auxiliary Detector 1 Input, Channel A
2. Auxiliary Detector 2 Input, Channel A
3. Auxiliary Detector 1 Input, Channel B
4. Auxiliary Detector 2 Input, Channel 6
Each channel output shall be an optically isolated I
open collector transistor capable of sinking
milliamperes at 30 volts and shall be compatible 1 the Model 170 controllet unit inputs. e
- 38 -
e
Each discriminator module shall be provided
means of preventing transients received by
detector(s1 from affecting the Model 170 contr
assembly .
Each discriminator module shall have a si
connector board, shall be capable of being inse
into the input file of a Model 332 or Model 336 cat
and shall occupy one slot width of the input
The front panel of each module shall have a hand1
facilitate withdrawal and the following controls
indicators for each channel:
a) Three separate range adjustments each for C
I1 signals.
b) A three-position, center-off, momentary cor
switch, one position (up) labeled for test op tion of Class 11 signals.
c) A "signal" indication and a I1callf1 indication I
for Class 11. The "signal" indication den
that a signal above the threshold level has t
received. A llcallfl indication denotes thal
steady, validly coded signal has been receiy These indications may be accomplished witt
single indication lamp; "signal" being denoted
a flashing indication and lfcallfr with a stc
indication.
In addition, the front panel shall be provided wit
single circular , bayonet-captured , mu1 ti-pin connector two auxiliary detectors inputs for each channel. C
nector shall be a mechanical configuration equivalent
MIL-C- 26482 with 10-4 insert arrangement, sucf
Burndy Metalock Bantam series, consisting of:
Wall Mounting Receptacle, UTGO-10-4P with SMZOM-1 (
plated pins.
Plug, UTG6-10-4SN with SCZOM-1 gold plated sock
cable clamp and strain relief that shall provide for a r,
angle turn within 2.5 inches (64mm) maximum from
front panel surface of the discriminator module.
e
1)
- 39 -
0
For Module 2 (J-13):
Position Assignment
7 +24 VDC From (J-13E)
8 Detector Ground from (J-13K)
9 Channel A Auxiliary Detector Input 1
10 Channel A Auxiliary Detector Input 2
11 Channel B Auxiliary Detector Input 1
12 Channel B Auxiliary Detector Input 2
Wiring for a Model 336 cabinet shall conform to the following :
Slots 10 and 11 of Input File 11111 have each
wired to accept a two-channel module.
Field wiring for the primary detectors, excep
volt DC power, shall terminate on terr
boards on the rear of the Input File 'll''. I
tion assignments on the input file terr
boards are as follows:
Position Ident. Assignment
1-1 OD Channel A Detector Input ,
1-1 OJ Channel €3 Detector Input,
1-1 1 D Channel A Detector Input,
I-11J Channel B Detector Input,
1-1 OE +24 VDC to Detectors
I-11E +24 VDC to Detectors
1-10K DC Ground to Detectors I-11K DC Ground to Detectors
a
1st Module
1 st Module
2nd Module
2nd Module
All field wiring for the auxiliary detectors shall term
on terminal board TB-2 in the controller cabinet. I
tion assignments have been reserved as follows:
Posit ion Number Assignment
1 Auxiliary Detector Input
2 Auxiliary Detector Input
No. 1
No.2
0
- 40 - ,
a
Pos it i on
Number Assignment
3 Auxiliary Detector tnput
4 +24 VDC From 1-10E
5 +24 VDC From I-11E
6 DC Ground From 1-10K and
NO. 3
1-1 1 K
System Operation - The Contractor shall demonstrate thal of the components of each system are compatible and
perform satisfactorily as a system. Satisfactory perform;
shall be determined using the following test procedure.
11 Each system to be used for testing shall consist 01
optical emitter assembly, an optical detector, at least
feet of connecting cable and a discrimator module.
2) The discriminator module shall be installed in the pri
input file slot of a Model 332 controller cabinet.
controller cabinet, together with a Model 170 contri
unit with the appropriate operating program, a Model
monitor unit and 120 volt AC power wilt be available.
3) Tests shall be conducted using a Class It signal em
and a distance of 1,800 feet between the emitter and
detector. All range adjustments on the module shal set to l1Maximunal1 for each test.
4) Each above test shall be conducted for a period of
hour, during which the emitter shall be operated fo
cycles, each consisting a one minute rlonll interval ar
one minute rroffrr interval. During the total test pe
(a) the emitter signal shall cause the proper resp
from the Model 1170 controller unit during each
interval and (b) there shall be no improper operatioi
either the Model 170 controller unit or the monitor
during each lloffr interval.
0
13. Signal Face and Signal Heads - Signal faces, signal h
and auxiliary equipment, as shown on the plans, and
installation thereof, shall conform to the provision
Section 86-4 "Traffic Signals and Fittings" of
CALTRANS Standard Specifications and these Sp
Provisions. 0
- 41 -
e
All signal faces and all arrow indications shall be prov
with 12-inch sections and glass lenses.
All lamps for traffic signal units shall be furnished by
Contractor.
New signal section housings may be metal or plastic t)
However, all new units shall be of the same material.
The second sentence in the third paragraph in Sec
86-4.03 , "Backplates ," of the Standard Specifications amended to read:
Sections shall be joined using (1) an appro-
priate solvent cement, (2) aluminum rivets
and washers painted or permanently colored
to match the backplate, or (3) 10-24 machine
screws with washer, lock washer and nut,
painted to match the backplate.
In lieu of the screws shown on the plans, plastic b
plates may be fastened to the plastic signal face u
self-threading 10-9 steel screws. The screws shall have
integral washer and a hexagon head slotted for a stanc
screwdriver.
14. Pedestrian Signals - Pedestrian signals shall conform to
provisions in Section 86-4.05 , "Pedestrian Signal Faces ,I'
the CALTRANS Standard Specifications and these Spc
Provisions.
Pedestrian signals shall be Type G with international symbo
15. Detectors - Detectors shall conform to the provisions
'Section 86-5 , "Detectors ,If of the Standard CALTRANS Spec
cations and these Special Provisions.
Loop detector lead-in cable shall be Type B.
High Intensity Discharge Luminaires - Luminaires shall conf
to the provisions in Section 86-6.01, "High lntensity Dischi
Luminaires ,If of the CALTRANS Standard Specifications
these Special Provisions.
High pressure sodium vapor luminaires shall be provided 1
integral ballasts and integral photo-electric cells.
16.
e
- 42 .
e
Each luminaire shall be provided with an internal ba
assembly (including ballast, capacitor and lamp starter ur
All connections from the ballast assembly shall be made wi single multi-circuit connectof or individual color-coded N
tab connectors. Field connections to the luminaire I
terminate on a barrier type terminal block secured to
housing .
Glare shields are not required.
The luminaires shall be constructed and installed in SUC
manner to provide Type 111 distribution with the outer edg the luminaire's housing below the entire light sources anc
glassware.
The luminaire's optical assembly shall provide without
addition of external shielding, a 90 degrees cutoff with
significant light emitted above the horizontal.
17. Internally Illuminated Street Name Signs - Internally ill!
nated street name signs shall conform to the provision:
Section 86-6.065 pf the CALTRANS Standard Specifications.
18. Signs, Regulatory - Signs shall conform to these Spc
Provisions, the Plans and the State of California Trz
Manual. The Contractor shall furnish and install
regulatory signs as shown on the plans. The signs s
be aluminum with a minimum .080 gage thickness.
signs shall be reflective.
19. Concrete Curb and Gutter, Sidewalk, Driveway and Pedestr
Access Ramps - Concrete items, as listed above, shall
constructed in accordance with Section 303-5 of the Stanc
Specifications (APWA Green book) referenced Standard PI;
and as listed herein. Slab thickness and curb heights shal
as shown on the plans and applicable Standard Plans.
The last sentence of the second paragraph of Section 303-5
of the Standard Specifications shall be modified as follows:
The name of the Contractor and the year in which the
provement is constructed shall not be stamped in the complf
work.
Pa ment - Payment for all work including but not timite< * urnis ing and installing the traffic signal system, sidev
and pedestrian ramp shall be at the contract lump sum p
and shall be considered full compensation for furnishing
labor, materials, equipment, and incidentals necessary
perform the work.
*
20. *
T F. DRIER COMPANY INC
T OFFICE BOX 670
DIEM], CA 92112-4112
McCain Construction Co., Inc.
2220 Encinitas Blvd.
Encinitas, CA 92024
INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS
MXX 8018 49 11
MXA 8002 97 48
SCHEDULED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
WORKERS' COMPENSATION
WP 8017 17 28
MAIL 30 DAYS WR Carlsbad, CA 92009-4859 LEFT, mxaIKL#Br WMm-
~ ~~~~-
->
January 22, 1990
McCain Construction 2220 Encinitas Blvd. Encinitas, CA 92024
Re: Bond Release - Contract No. 3235 - Traffic Signal
Palomar Airport Rd. and Camino Vida Roble
Per instructions from our Municipal Projects Department, we are hereby releasi the remaining 25% of the bond for the above-referenced contract:
Performance Bond No. 30002394 Fidelity and Deposit Co. of Maryland
The bond is enclosed so that you may return it to your surety. &y& eputy ity Clerk
Enc.
-__-- 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28Ot
w s. W~TE IT- DON'T SAY i.lb
Date 5g
To L.yb a Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
Re: Bond Xelease - &&3#c- hc& - 9- .p"./e4 .&&&/%
Our records indicate that the bond for the
above-referenced subdivisionlp ease. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks, 4?? Po E&gcYf& ,j?q!(DJ,
JJ-" /'3 Yg<
L c/ //
PRINT1
//
Y-
AIGNER FORM NO. 55032
f -7 I
1 I
I
c -i
*
~ITE IT - DON’T SAY %)!
Date % -
To k.ph a Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
Re: Bond Xelease - &-pk 3ar- he& - wm+c Rd./L VA-
Our records indicate that the dsA&m&
above-referenced subdivisionlproject is eligibg for dlease.
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
bond for the
f*L We need
Thanks , 5- L
AIGNER FORM NO. 55032 PRlN
7 I r
I I
I
I -_A
I
L 0 e
1200 ELM AVENUE TELEI CAR LSBAD, CALIFORNIA 92008 (619) 4
Office of the Cify Clerk MitE of Marlsbab
October 25, 1988
McCain Construction
2220 Encinitas Blvd.
Encinitas, CA 92024
Re: Bond Release - Contract No. 3235 - Traffic Signal
Palomar Airport Rd. and Camino Vida Roble
Per instructions from our Municipal Projects Department, we are
hereby releasing the following bond for the above-referenced
contract:
Labor & Materials Bond No. 30002394
Fidelity and Deposit Co. of Maryland
The bond is enclosed so that you may return it to your surety. yZ%- eputy City Clerk
Enc .
WdITE IT - DON’T SAY u
c ..
c
To
From Karen Kundtz, gputy City Clerk v-
Re: Bond Release - && 323s- /4+c@&
- Our records indicate that the J b?c/9, * h [- bond for the
above-referenced /project is eligible for release. We need
your written authorization/approval for release. Please let me know
. the status, and if release i% 0.k.
Thanks, /;;k 7-a
/
i \’/ ~ “3, 9,- 2 [. -- c L,
PRlN
Y-
AIGNER FORM NO 55032
W ITE IT- DON'T SAY I#
Date 9/22
8
To >A. ,,a> a Reply Wanted
From Karen Kundtz, dputy City Clerk / UNO Reply Necessary
Re: Bond Release - &&. 323~- /$ ced -
Our records indicate that thex- %- J[& bond for the
above-referenced- ' /project is eligible for release. We need
your written authorizationlapproval for release.
the status, and if release i3 0.k.
Please let me know
Thanks,
I
PRI
Y-
AlGNER FORM NO. 55-032
e 0
1200 ELM AVENUE TEL
CARLSBAD, CALIFORNIA 92008 (619)
Office of the City Clerk Mi& af Marlsbwb
December 3, 1987
McCain Construction Co., Inc.
2220 Encinitas Blvd.
Encinitas, CA 92024
Re: Bond Release - Contract No. 3235 - Traffic Signal -
Palomar Airport Road and Camino Vida Roble
The Notice of Completion for the above referenced contract has reco
Therefore, we are releasing 75% of the Faithful Performance Bond.
Please consider this letter as your notification that $61,607.25 of
Fidelity and Deposit Company of Maryland Faithful Performance Bond
No. 30002394 is hereby released.
remaining 25% for a period of one year.
have been filed, it will be released.
The Labor & Materials Bond, in the amount of $41,071.50 will be elk
for release six months from the date of recordation of the Notice o
Completion (copy enclosed).
We are required to retain the
At that time, if no claims
$%Xfi- Deputy City Clerk
Enc .
-I[ bUU3lli.
Y- r .- - 1693 *@
KL~UKJJJJ~ ~n~UfiblLU BIY ANU KClUKN 10:
City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
e
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Eve L ther Persun- Interested:
1337 Q,”: 26 {# 9- 2
‘/CP?I i Lr ; E I:!)l:f.l I Y i~iCGi~3t ti
YOU WILL PLEASE TAKE NOTICE that on September 9, 1987
the engineering project consisting of the construction of
the traffic sisnal system at the intersection of Palomar
Airport Road and Camino Vida Roble on which McCain
Construction Company, Incorported was the contractor, and
Fidelity and DePosit ConDanv of Mzrylar.d was the surety,
was completed.
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City
c~uncil of said City on 0- &)ai /9&,7 accepted the above
described work as completed and ordered that a Notice of
Completion be filed.
I declare under penalty of perjury that the foregoing is
Executed on 0% dl /?87 at Carlsbad, California.
true and correct.
CITY OF 2AXLSBk3
t 0 0
1200 ELM AVENUE TELl
CARLSBAD, CALIFORNIA 92008 (619)
Office of the City Clerk Mitg nf QJarlsbah
October 21, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Municipal Projects
McCain Construction Company, Inc., Contractor
Tyaffic Signal - Palomar Airport Rd/Camino
Vida Roble
Notice of Completion - Municipal Projects
William J. Kirchnavy Construction, Contractor
La Costa Avenue Mitigation Project
Notice of Completion - Municipal Projects
William J. Kirchnavy Construction, Contractor
Cynthia Lane Assessment District
Our staff has determined that the recordation of these documents
is of benefit to the City; therefore, it is requested that the
fees be waived.
Thank you for your assistance in this matter. -Ji!iiiii>a
Deputy City Clerk
Encs.
~. . e 0 City Clerk
Carlsbad, CA 92008
i 1200 Elm Avenue
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other Persor Interested:
YOU WILL PLEASE TAKE NOTICE that on September 9. 1987
the engineering project consisting of the construction of
the traffic sisnal system at the intersection of Palomar
AirDort Road and Camino Vida Roble on which McCain
Construction Company. Incorported was the contractor, and
Fidelity and Deposit Company of Maryland was the surety,
was completed.
CITY OF CARLS
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City
Council of said City on 0-d a. 1987 accepted the above
described work as completed and ordered that a Notice of
Completion be filed.
I declare under penalty of perjury that the foregoing is
Executed on 0- d/ jCfB7 at Carlsbad, California.
true and correct.
CITY OF CARLSBAD