Loading...
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