HomeMy WebLinkAboutMcCain Construction Company Inc; 1981-08-24; 1107CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS & SPECIFICATIONS FOR
GENERAL STREET LIGHT CONVERSIONS
CONTRACT NO, 1107
JUNE, 1981
TABLE OF CONTENTS
PAGE -ITEM
1 NOTICE INVITING BIDS
3 PROPOSAL
6 BIDDER'S BOND TO ACCOMPANY PROPOSAL
7 DESIGNATION QF SUBCONTRACTORS
9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND
EXPERIENCE
11 . FAIR EMPLOYMENT PRACTICES ADDENDUM
12 CONTRACT
15 LABOR AND MATERIAL BOND
17 PERFORMANCE BOND
19 GUARANTEE FORM
20 GENERAL PROVISIONS • •
26 SPECIAL PROVISIONS
rage i
CITY OF CARLSBAD, CALIFORNIA
NOTICE .INVITING BIDS
Sealed bids will be received at the Office of the Purchasing
Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:00 p.m. on the 16th day of July , 1981 , at which
time they will "be opened and read for perTbrming the work as
follows:
GENERAL STREET LIGHT CONVERSIONS
CONTRACT NO. 1107
Said work shall be performed in strict conformity with the
specifications therefor as approved by the City Council of the
City of Carlsbad on file 'in the Engineering Department. Refer-
ence is hereby made to said specifications for full particulars
and description of said work.
No bid will be received unless it is made on a proposal
form furnished by the Engineering Department. Each bid must
be accompanied by cash, certified check or bidder's bond made
payable to the City of Carlsbad for an amount equal to at least
ten percent (10%) of the amount of bid; said guaranty to be for-
feited should the bidder to whom the contract is awarded fail
to furnish the required bonds and to enter into a contract with
the City within the period of time provided for by the bid re-
quirements.
. The documents included within the sealed bids which require
completion and execution are the following:
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
Said documents shall b.e affixed with the appropriate nota-
rized signatures and titles of the persons signing on behalf
of the bidder. For corporations, the signatures of the presi-
dent or vice-president and secretary or assistant secretary are
required and the corporate seal shall be affixed to all docu-
ments requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated .quantities are approximate only, being
given solely -p.3 a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been
licorj.s':.d in accordance with the provisions of Chapter 9, Divi-
sion 3 of the Business'and Professions Code. 'The contractor
shall state fris/her license number and classification in the pro-
posal. The estimated cost of the work is $ 284,700.
Special provisions and contract documents may be
obtained at the' Engineering Department, City Hall, Carlsbad,
California, at no cost to licensed contractors for the first
set. Additional sets are available for a non-refundable fee
of J8 per set.
The City of Carlsbad reserves the right to reject any or
all bids and to waive any minor irregularity or informality
in such bids.
The general prevailing rate of wages for each craft or
type of workperson needed to execute .the contract shall be
those as determined by the Director of Industrial Relations
pursuant to the State of California Labor Code, Part 7, Chap-
ter 1, Article 2, Sections 1770, 1773 and 1773.1.
Pursuant to. Section -1773.2 of said Labor Code, a current
copy of applicable wage rates are on file in the Offic.e of the-
City Clerk of the City of Carlsbad.
It shall be mandatory upon the contractor to whom the
contract is awarded to pay not less than the said specified
prevailing rates of wages to all workpersons employed by him/
her in the execution of the contract,
Also, the prime contractor shall be responsible to insure
compliance with provisions of Section 1777.5 of the California .
Labor Code of the State of California, for all occupations with
apprenticeships as required on public works projects above thirty
thousand dollars ($30,000) or twenty (20) working days or for
specialty contractors not bidding for work through a general or
prime contractor involving more than two thousand dollars. ($2,000)
or more than five (5) working days.
. The amount of the bond to be given for the faithful perform-
ance of the contract for said work shall be one hundred percent .
(100%) of the contract price therefor, and an additional bond in
the amount equal to fifty percent (50%) of the contract price for
said work shall be given to secure the payment of the claims for
any material or supplies furnished for the performance of the
work contracted to be done by the contractor for any work or labor
of any kind done thereon.
Partial and final payments on this contract shall be in ac-
cordance with Section 9 of the 1979 edition of "Standard Specifi-
cations for Public Works Construction."
Approved by the City Council of the City of Carlsbad, Cali-
fornia, by Resolution No. • 6568 adopted on the 16th jay of
June ' 19JJL_
BAT B/ /
Page 3
CITY OF CARLSBAD
' CONTRACT NO. 1107
*•
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, -CA 92008
The undersigned declares he/she has carefully examined 'the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
to do all the work to complete Contract No. 1107 in accordance
with the plans and specifications of the City of Carlsbad, and
the special .provisions, and that-he/she will take in full payment
therefor the following unit prices for each item complete, to wit:
.Item Article with Unit Price or
Mo. Lunro Sum "Written in .Words
Approximate. Unit
Quantity S Unit Price TOTAL
Convert 1365 existing 175
watt mercury vapor type
luminaires to 70 watt high
pressure sodium lamp opera-
tion at /
1365 EACH
C ent s
Convert 342 existing 400 watt
mercury vapor type luminaires
to 200 watt high pressure sodi
um lamp- operation at
342 EACH
Page 3A
Item Article with Unit Price or
No. I.uwn Sum Written in lords'
Approximate Unit
Onantity 5 Unit Price TOTAL
Convert 35 existing 250 watt
mercury vapor typ^e luminaires
watt high pressure sodi-
lamp operation at
per each A
35 EACH
TOTAL (IN FIGURES!^ //ff .-£££
TOTAL (WRITTEN IN WORDS )
ADDENDUM(A) NO(S).HAS/HAVE BEEN RECEIVED
AND IS/ARE INCLUDED IN THIS PROPOSAL.
A DETAILED 'LIST OF LOCATIONS OF STREET LIGHTS TO-BE CONVERTED
IS AVAILABLE FOR REVIEW AT THE CITY OF CARLSBAD ENGINEERING
DEPARTMENT.
Page 4
All bids are to be computed on the basis of the given es-
timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit price, the cor-
rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-,
rected totals. .
The estimated quantities of work indicated in this proposal
are approximate only, being given solely as a basis for compari-
son of bids .
The undersigned has checked carefully all of the above
figures and understands that the City will not be responsible
for any errors or omissions on the part of the undersigned in
making up this bid. •
The undersigned agrees that in case of default in executing
the required contract with necessary bonds and insurance poli-
cies within twenty (20) days from the date of award of contract
by City Council of the City of Carlsbad, the proceeds of check
or bond accompanying this bid shall become the property of the
City of Carlsbad.
Licensed in accordance with the Statutes of the State of
'California providing for the registration of contractors, Li-
cense No. 2 7.773(i-> Identification /), '&. C'/O
The undersigned bidder hereby represents as follows: (1)
That no Councilperson, officer,' agent or employee of the City of
Carlsbad is personally interested, directly or indirectly, in
this contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its of-
ficers, agents or employees, has induced him/her to enter into
this contract, excepting only those contained in this form of •
contract and the papers made a part hereof by its terms; and
(2) that this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is in
all respects fair and without collusion or fraud.
Accompanying this proposal is
(ca'sn, certified check, bond
or cashier's check)
in an amount not less than ten percent (10%) of the total bid
price.
The undersigned is aware of the provisions of Section 3700
of the Labor Code which require every employer to be insured
•again*c liability for workers' compensation or to undertake
self-insurance in accordance with the provisions of that code,
and agrees to comply with such provisions before commencing the
performance of the work of this contract.
9^2-0821 ' •
.Phone Number
' Jiily 16", 198-1
Date
Bidder's Address
Page 5
ORIGINAL
McCAIN CONSTRUCTION CO; INC.
Bidder ' s Name
McCAIN CONSTRUCTION CO. INC.
' -2220 Endnikts Blvd. ' ; v - "-
Encinitas, California 92024 CORPORATION
Type of Organization
•(Individual, Corporationr Co-
Partnership). • •
List be3.ov; names of President, Secretary, Treasurer and Manager- if a
corporation, and nzunes of all co-partners if a co-partnership:
JACK A. MCCAIN - PRESIDENT . ' ' •' ""• ' , • • .....
EVANGELINE S. MCCAIN - SECRETARY. TREASURER.
NOTARIZE AND CORPORATE SEAL
STATE OF CALIFORNIA,
Los
PATRICIA HARAN.
NOTARY PUBLIC
STATE OF CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
„
19Jl_
before me, the undersigned, a Notary Public in and for said State, personally appeared
. Jack A. Mc_Jlala_arKL-Evat>ge1 ine S, Me Cgin
__, known to me to be the
President and the Secretary
Oftha Me Cain Construction Co., Inc.
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
' ACKNOWLEDGMENT-Corporation-Wolcotts Form 222—Rev. 3-64
TATE OF CALIFORNIA,
nniiNTYfiF Los Angeles
PATRICIA HARAN
NOTARY PUBLIC
STATE OF CAUrORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
ACKNOWLEDGMENT—Corporation—Wolcotts Form 222—Rev. 3-64
STATE OF California
COUNTY OF Los Angeles
On this.16th
and_Eighty-one
ss.
16 i9_ai,
before me, the undersigned, a Notary Public in and for said State, personally appeared
Evanqeline S. Me Cain known to me to be the
Secretary
Me Cain Construction Co.. Inc.of the
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ss:
-day July J.( the year one thousand nine hundred
_, before me_Patricia Haran -, a
Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally ap-
peared-S, M. Greger known to me to be the duly authorized Attorney-in-Fact
of the TRANSAMERICA INSURANCE COMPANY the corporation whose name is affixed to the foregoing instrument;
and duly acknowledged to me that he subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as
Surety and his own name as Attorney-in-Fact.
I WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this cer-
tifica
<!*•••»••!
HARAN
NOTA.ly PUBLIC
STAIE OF CAMfOP.NIA
P.llKCirAL OFFICE IN
tOS ANGELES COUNTY
My Commission Expires April 19, 1982 Notary Public in and for said County and State
Page 6
1
BIDDER'S BOND TO ACCOMPANY PROPOSAL
ORIGINAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, MCCAIN CONSTRUCTION CO., INC. as Principal,
and TRANSAHERICA INSURANCE COMPANY , as Surety, are held*"'-~- ~ — -•---""-- ' ^
and firmly bound unto the City o£ Carlsbad, California, in the sum
0£ TEN PERCENT (10%) OF THE AMOUNT BID |N. ************.****'**********
($ ****** iO%A********) t lawful money of the United States for the pay-
ment of which sum well and truly to be made, we bind ourselves,
jointly and severally., firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
GENERAL STREET LIGHT CONVERSIONS
CONTRACT NO. 1107 .
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above-bounden Principal-shall duly enter into
and execute a contract including required'bonds and insurance
•policies within twenty (20) days from the date of award of con-
tract by the City Council of the City of Carlsbad, being duly
notified cf said.award, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and
effect, and the amount specified herein shall be forfeited to
the said City. .
In the event any Principal above named executed this bond
as an individual, it is agreed that the death of any such Prin-
cipal shall not exonerate the Surety from its obligations under
this bond. • •
IN WITNESS WHEREOF, we hereunto set our hands and seals this
l6th day of July
Corporate Seal (if corporation)_
.TRANSAHERX&A INSURANCE COMPANY*. • '• '.ii • "• '— 'j* i. • H Iff ' •— — •-'f-V '•'• ' "'* '" ~-•""••"•—- •' —-iSurety,
vangeline S. McCain, Secretai
Ti tlo St M' GREGER11110 „• : notarial acknowledgement of cxe-
ATTORNEY-IN-FACT . cution by all PRINCIPALS and
' -" »™-'lodgement. 01 SURETY must be attached
Attach Power of Attorney -
r Insurance Services Transamerica Insurance Company
A STOCK COMPANY HOME OFFICE: LOS ANGELES, CALIFORNIA
N
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does
hereby make, constitute and appoint x.L. O'LOUGHLIN OR W.C. VAN ROOY OR S.M. GREGER, ALL
OF GLENDALE, CALIFORNIA* *****************************
******************************************its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as
surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances or other written obligations in the nature thereof, as follows: Any and an
bonds and undertakings for or on behalf of this company in its business and in
accordance with its Charter* **************************
*****************************************
and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said
Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following by-laws of the Company which by-laws
are now in full force and effect:
SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contracts of indemnity,
endorsements, stipulations, waivers, consents of sureties/re-insurance acceptances or agreements, surety and co-surety obligations and
agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly
executed when signed on behalf of the Corporation by the President, any Vice President or by any other officer, employee, agent or
Attorney-in-Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) any Vice President, or (iv) any other person
empowered by the Board of Directors, the President or any Vice President to give such authorization; provided that all policies of insurance
shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a
facsimile signature of the President. A facsimile signature of a former officer shall be of the same validity as that of an existing officer.
The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute
or attest such instrument may affix the Corporation's seal thereto.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following
resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the
17th day of October 1963.
"Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affixed by facsimile to any
power of attorney or special power of attorney or certification of either given for the execution of any bond undertaking, recognizance
or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the
oripinal signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force
and efiect as though manually affixed."
IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents
to be signed by its proper officer and its corporate seal to be hereunto affixed this 18 day of
AUGUST ,19 80 •
By
J. W. FLESHMAN, Vice President
SSState of California )
County of Los Angeles )
On this ]Q day of AUGUST ' ^80- Defore me personally came J.W. Fleshman to me
known, who, being by me duly sworn, aid depose and say: that he resides in the City of Sierra Madre, State
rtf California; that he is a Vice-President of Transamerica Insurance Company, the corporation described in
arid which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed
tr the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
OFFICIAL S£AL
ELIZABETH AHERNE
NOTARY PUBLIC CALIFORNIA
fRINCtPAi OfflCt IN
IjOS ANGELES COUNTY
My Commission Exp. Mar. 30.19B4 ]Notary Public
•71QR (Overt
I, J. H. Tanner, Assistant Vice President of Transamerica Insurance Company, do hereby certify that the
Power of Attorney herein before set forth is a true and exact copy and is still in force, and further certify
that Section 30 of Article VII of the By-Laws of the Company and the Resolution of the Board of
Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the said Company this -i R day of
19 AUGUST
80
J. H.TANNER, Assistant Vice President
Page 7
.DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the Public Works Administrator, and.in
accordance with applicable provisions of the specifications. No
changes may be made in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Full
Item(s) Company . Complete Address Area Code
of Work Name •_ wi th 7i-n Code Phone Ho.
Page 8
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to 'provide the following Information on the
subbids of all the listed subcontractors as part of the sealed
bid.submission. Additional page can be attached if required.
Full •. Type of -State Carlsbad Amount
Company • Contracting • Business * of
Name License & No. License No.* Bid ($ or %)
A/Non
*Licenses are renewable annually by January 1st. If no valid li-
cense indicate "none." Valid license must be obtained prior to
submission of signed contracts. • _ •
• McCAIN CONSTRUCTION CO.,INC.
2220 Encinitas Blvd.
Encinitas, California 92024
Bidder's Company Name
(NOTARIZE OR CORPORATE* '•'•-'
SEAL)Bidder's Complete/Add
ized Signature
Page 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed
statement of his/her financial responsibility.
(NOTARIZE OR CORPORATE SEAL)
Exhibit A
McCAIN CONSTRUCTION CO., INC.
BALANCE SHEET
MARCH 31, 1951
Current Assets
Cash
Accounts Receivable
Inventory (Note 2)
Total Current Assets
Fixed Assets
Vehicles
Machinery and Equipment
Furniture and Fixtures
Accumulated Depreciation
Net Fixed Assets
Other Assets
Loan Receivable - Officer
Security Deposit
Total Other Assets
Total Assets
$ 34,626
151,299
65,524
138,528
101,184
5,953
(164,816)
250
50
$ 251,449
80,849
300
LIABILITIES AND STOCKHOLDERS' EQUITY
Current Liabilities
Accounts Payable $ 33,149
Accrued Income Tax (Note 3) 1,037
Total Current Liabilities
Stockholders' Equity
Capital Stock 20,000
Retained Earnings 278,412
Total Stockholders' Equity
Total Liabilities and Stockholders' Equity
$ 34,186
298,412
$ 332.598
BANK REFERENCE;
Security Pacific National Bank
Encinitas Village
113 N, El Camino Real
Encinitas, California
(71*0 9^2-1469
DUN & BRADSTKEET, INC.
Financial Rating #00-880-2381
INSURANCE & BONDING AGENT:
(GREAT AMERICAN INSURANCE CO.)
Russell, Gleason & Van Rooy, Inc.
Tom O'Loughlin
V51 North Brand Boulevard
Glendale, California 91203
(213) 2^-5-
Page 10
- BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder i>s required to state what work of a similar
character to that included in the proposed contract he/she
has successfully performed and give references, with tele-
phone numbers, which will enable the City to judge his/her
responsibility, experience and skill. An attachment can be
used if notarized or sealed. . • '
<•) £/Vy of San Di
0 4
San big
V.
T" / Tp
v>
rfrt C,alirorma 1 3-IO3.t ** iJ
. M/7/s h i*ti '^k- 5&*o
\C.;±y't>f Carlsbad
1260 E'/tn /\venv^ '
Carlsb
Larry
7/77
•'Sari'D
i ^^ y . ^\a.a , Can rorni # 13.00% •
C. Doss-e./ (it*) t-3?-- 5(*?Ll-/ . .
of Y^<3 lifornia.
O/9£>or"fu/i I "f \/ Rnacli r i
ieao \ California ^3\\\
O '
ff
(NOTARIZE OR CORPORATE SEAL)
Page 11
FAIR EMPLOYMENT PRACTICES ADDENDUM
State monies are being used to construct this project. The State
requires that any contract constructed with State funds be conducted in
accordance with the "Fair Employment Practices". Therefore, the contract-
or, by execution of this contract, affirms that he/she will perform under
this contract in accordance with the following "Fair Employment Practices
Addendum".
"1. In the performance of this contract, the Contractor will not dis-
criminate against any employee or applicant for employment because of race,
color, religion, ancestry, sex*, age", national origin, or physical handi-
cap". The Contractor will take affirmative action to insure that applicants'
are employed, and that employees are treated during employment, without re-
gard to their race, color, religion, ancestry, sex*, age*, national origin,
or physical handicap*. Such action shall include, but not be limited to,
the following: employment, upgrading, demotion or transfer; recruitment
or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
The Contractor shall post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the State setting forth
the provisions of this Fair Employment Practices section.
"2. The Contractor will permit access to his/her records of employ-
ment, employment advertisements, application forms, and other pertinent
data and records by the State Fair Employment Practices Commission, or any
other agency of the State of California. designated by the awarding authority,
for the purposes of investigation to ascertain compliance with the Fair Em-
ployment Practices section of this contract.
"3. remedies for Willful Violation:
"(a) The State may determine a willful violation of the Fair Employ-
ment Practices provision to have occurred upon receipt of a final judg-
ment having that effect from a court in an action to which Contractor
was a party, or upon receipt of a written notice from the Fair Employ-
ment Practices Commission that it has investigated and determined that'
the Contractor has violated the Fair Employment Practices Act and has
issued an order, under Labor Code Section 1^26, which has become final,
or obtained an injunction under Labor Code Section 1^29.
"(b) For willful violation of this Fair Employment Practices provi-
sion, the State shall have the right to terminate this contract either
in whole or in part, and any loss or damage sustained by the State in
securing the goods or services hereunder shall be borne and paid for
by the Contractor and by his/her surety under the performance bond, if
any, and the State may deduct from any moneys due or that thereafter
may become due to the Contractor, the difference between the price
named in the contract and the actual cost thereof to the State."
*See Labor Code Sections 1^11-1^32.5 for further details.
, Page 12
CONTRACT
J.A
THIS AGREEMENT, made and entered into this,,? y' day of
A UlCUyT > 19^ \ , by and between the City of Carlsbad,
California, hereinafter designed as "City", party of the first
part, and McCain Construction Co., Inc. hereinafter
designated as "Contractor", party of the second part.
•. WITNESSETH: The parties hereto do mutually agree as fol-
lows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
GENERAL STREET LIGHT CONVERSIONS
CONTRACT NO. 1107
and to perform and complete in a good and workpersonlike manner
all the work pertaining thereto shown on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any, as in the said specifications are
stipulated to be furnished by City), and to do everything required
by this agreement and the said plans and specifications.
2. For furnishing all said materials and labor, tools and
equipment, and doing all the work contemplated and embraced in
this agreement, also for all loss and damage arising out of the
nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be en-
countered in the prosecution of the work until its acceptance by.
the City, and for all risks of every description connected with
the work; also, for all expenses incurred by or in consequence
of the suspension or discontinuance of work, except such as in
said specifications are expressly stipulated to be borned by the
City; and for well and 'faithfully completing the work and the
whole thereof, in the manner shown and described in the said
plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the' lump sum price,
or if the bid is oil the unit price basis, the total price for
the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with said Con-
tractor to employ, and docs hereby employ said Contractor to
provide the materials and to do the work according'to the terms
and conditions herein contained and referred to for the price
aforesaid and in accordance with the conditions set forth in the
Page 13
specifications; and the said parties for themselves, their heirs,
executors, administrators, successors and assigns,- do hereby
agree to the full performance of the covenants herein contained.
4. The notice to bidders, instructions to bidders, con-
tractor's propesal, and the plans and specifications, and all
amendments thereof, when approved by the parities hereto, or
when required by the City in accordance with the provisions of
the plans and specifications, are hereby incorporated in and made
a part of this agreement.
5. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of
per diem wages for each craft or type of worker needed to exe-
cute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by ref-.
erence herein.
6. The Contractor shall assume the defense of and indemni-
fy and hold harmless the City, and its officers and employees,
from all claims, loss, damage, injury and liability of every
kind, nature and description, directly or indirectly arising from
the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by
.the contract, regardless of responsibility for negligence.
7. Contractor shall cause the City to be named as an addi-
tional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
8. The Contractor shall cause the City to be named as an
additional insured on any workers' compensation insurance policy •
taken out by Contractor concerning the subject matter of this
contract. If Contractor has no workers' compensation insurance
policy covering the subject matter of this contract, then Con-
tractor shall either (1) acquire such'a policy naming the City
as an additional insured-prior to the start of any work pursuant
to this contract or (2) shall assume the defense and indemnify and.
save harmless the City and its officers and employees from all
claims, loss, damage, injury and liability of every kind, nature
and description which would otherwise be covered by such workers'
compensation insurance policy regardless of responsibility for
negligence.
9. The Contractor shall submit to the City the policies
mentioned in Paragraphs 7 and 8 or proof of workers.1 compcnsa-
tion self - insurance prior to the start of any work pursuant to
this contract.
10. Any controversy or claim in an amount up to $100,000
arising out oHT or relating to this contract or the breach thereof
Page 14
shall be settled by arbitration in accordance with the con-
struction industry rules of the American Arbitration Associa-
tion and judgment upon the award rendered by the arbitrator (s)
may be entered in any California court having jurisdiction
thereof. The award of the arbitrator(s) shall be supported
by law and substantial evidence as provided by the California
Code of Civil Procedure Section 1296.
• IN WITNESS WHEREOF, the parties hereto have caused this con-
tract to be executed the day and year first above written.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
APPROVED AS TO FORM
McCain Construction Co. ,_ Inc.
Contractor
(seal)
s-teSr^fa
Title
Cm OF CARLSBAD, CALIFORNIA
By
'Mayor
ATTEST:
City
STATE OF CALIFORNIA,
COUNTY OF_
PATRICIA HARAN
NOTARY PUBLIC
STATE OF CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
ss.
ON_August 12 .19LJLU
before me, the undersigned, a Notary Public in and for said State, personally appeared
Jack A. He Cain and Evany Una S. He Cain
. , known to me to be the
President and th» Secretary
of the Me Cain Construction Co.! Inc.the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT-Corporation-Wolcotts Form 222—Rev. 3-64
• Page 1
LABOR AND MATERIAL BOND BOND NO.-^H^r^ /""£ f.
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 662 7 adopted August 4, 1981
has awarded to McCain Construction Co., Inc. _ ,
hereinafter designated as the "Principal", a contract for:
GENERAL STREET LIGHT CONVERSIONS
CONTRACT NO. 1107
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk. -
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond with said contract, providing that if said Principal or any
of his/her or its subcontractors shall fail to pay for any ma-
terials, provisions, provender or other supplies or teams used
in, upon, for or about the performance of the work agreed to be
done, or for any 'work or labor done thereon of any kind, the
Siirety on this bond will pay the same to the extent hereinafter
set forth:
NOW, THEREFORE, WE McCain Construction Co., Inc. _ \
as Principal, hereinafter designated as Contractor, and _ _
Transamerica Insurance Company _ as Surety, are
held firmly bound unto the City of Carlsbad in the sum of Fifty
Eight Thousand Six Hundred Ninety Two £ 98/100- -Dollars ($58,692.98 ) .
said sum being fifty percent (501) of the estimated amount payable
by the City of Carlsbad under the terms of t?ie contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person
or his/her subcontractors fail to pay for any materials, provisions,
provender or other supplies, or teams used in, upon, for, or about
the performance of .the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons,
companies andK:orporations entitled to file claims under Section
PagelG
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this
bond, as required by the provisions of Section 4205 of the Gov-
ernment 'Code of the State of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, 'alterations or ad-
ditions to the terms of the contract or to the work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, affect its obligations on this bond, and it
does hereby waive notice of any such change,' extension of time,
alterations or additions to the terms of the Contract or to the
work or to the specifications.
In the event any Contractor above named executed this bond
as an individual, it is agreed the death of any such Contractor
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named", -on the fr2 day of
AUQ , 19 1981 .
(Notarial acknowledgement
of execution by ALL
PRINCIPALS must be
attached.)
WcCAIN CONSTRUCTION CO., INC.
./ Contractor
(seal)
(seal)
TRANSAMERIdA IN
Tl 0'IBUHIHI, «TOnEWl58fy
Attach acknowledgement of Attorney in.Fact.
Attach Power of Attorney.
STATE OF CALIFORNIA,
COUNTY OF Los Angel es
PATRICIA HARAN
NOTARY PUBLIC
STATE OF CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
J
ON.
ss.
August 12 I9_ai_,
before me, the undersigned, a Notary Public in and for said State, personally appeared
Fvangallnc S. Me Cain known to me to be the
of the_
Secretary,
Mr rorxtlTugtlnn Co.. inc.
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ss:
_day of_ August j>( ^e yeai one thousand nine hundred
Patricia Haran_, before me_,a
STATE OF California
COUNTY OF Los Angeles
On this 12th
and Eighty-one
Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally ap-
T. L. O'Loughlinpeared ! known to me to be the duly authorized Attorney-in-Fact
of the TRANSAMERICA INSURANCE COMPANY the corporation whose name is affixed to the foregoing instrument;
and duly acknowledged to me that he subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as
Surety and his own name as Attorney-in-Fact.
WITNES_S__WHEIJg,QJfA, J.}iay.e hereunto set my hand and affixed my official seal the day and year in this cer-
f
NOTARY PUBLIC
STAFE OF CALIFORNIA
PRINCIPAL OiTflCE IN
LOS ANGELES COUNTY
43 My Commission Expires April 19, 1982 Notary Public in and for said County and State
Transamenca
Illlll Insurance Services Transamerica Insurance Company
A STOCK COMPANY HOME OFFICE: LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does
hereby make, constitute and appoint T.L. O'LOUGHLIN OR W.C. VAN ROOY OR S.M. GREGER, ALL
OF GLENDALE, CALIFORNIA* *****************************
wt ft wt W wt W W W W « « wt W wf 9f <K W W W W W W ™ ™ w w w n w w w www w w w w w w w «
its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as
surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances or other written obligations in the nature thereof, as follows: fay and all
bonds and undertakings for or on behalf of this company in its business and in
accordance with its Charter* **************************
AAAA£4kAAA&ft&Kx:w>ftw>w:ftftA&AAA&w:A£A&4tA4t&Aft4lF4ltA4t
and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said
Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following by-laws of the Company which by-laws
are now in full force and effect: .D-HM cARTICLE VII
SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contracts of indemnity,
endorsements, stipulations, waivers, consents of sureties,'re-insurance acceptances or agreements, surety and co-surety obligations and
agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly
executed when signed on behalf of the Corporation by the President, any Vice President or by any other officer, employee, agent or
Attorney-in-Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) any Vice President, or (iv) any other person
empowered by the Board of Directors, the President or any Vice President to give such authorization; provided that all policies of insurance
shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a
facsimile signature of the President. A facsimile signature of a former officer shall be of the same validity as that of an existing officer.
The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute
or attest such instrument may affix the Corporation's seal thereto.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following
resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the
17th day of October 1963.
"Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affixed by facsimile to any
power of attorney or special power of attorney or certification of either given for the execution of any bond undertaking, recognizance
or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the
original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force
and effect as though manually affixed."
IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents
to be signed by its proper officer and its corporate seal to be hereunto affixed this 18 day of
AUGUST ,19 80 .
By
J. W. FLESHMAN, Vice President
SSState of California )
County of Los Angeles )
On this jo day of AUGUST ' ^go before me personally came J.W. Fleshman to me
known, who, being by me duly sworn, aidaepose and say: that he resides in the City of Sierra Madre, State
of California; that he is a Vice-President of Transamerica Insurance Company, the corporation described in
and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed
to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
CNM
ioooo
OFFICIAL SEAL
ELIZABETH AHERNE
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
10S ANGELES COUNTY
My Commission Exp. Mar. 30.1984 ]
iOCaOPBOOBOQU
Notary Public
1719B (Over)(5-80)
I, J. H. Tanner, Assistant Vice President of Transamerica Insurance Company, do hereby certify that the
Power of Attorney herein before set forth is a true and exact copy and is still in force, and further certify
that Section 30 of Article VII of the By-Laws of the Company and the Resolution of the Board of
Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the said Company this i R day of
19 80
AUGUST
J. H.TANNER, Assistant Vice President
Page 17
PERFORMANCE BOND BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 6627 adopted August 4, 1981 ,
has awarded to McCain Construction Co. , Inc. ' ___,
hereinafter designated as the "Principal", a. contract for:
GENERAL STREET LIGHT CONVERSION
CONTRACT NO. 1107
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents now on file in
the Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond for the faithful performance of said contract;
NOW, THEREFORE, WE, McCain Construction Co., Inc. ,
as Principal, hereinafter designated as the "Contractor", and
Transamerica Insurance Company L: as Surety,
are held and firmly bound unto the City of Carlsbad, in the sum'
of One Hundred Seventeen Thousand Three Hundred Eight Five $ 96/100---Dollars
($117,385.96 ),' said sum being equal to 100 percent (100%) of
the estimated amount of the con-tract, to be paid to the said City
or its certain attorney, its successors and assigns; for which
payment, well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if .the above-
bounden Contractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in air .things stand to and
abide by, and well and truly keep and perform the covenants, con-
ditions and agreements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to be
kept and- performed at the time and in-the manner therein speci-
fied, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, its officers and agents, as therein stipulated, then this
obligation shall become null and void_; otherwise it shall remain
in full force and virtue.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall not
affect its obligations on this bond, and it does hereby waive
Page 13
notice of any change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions.
In the event that any Contractor above named executed this
bond as an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations
under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named on the 12 day of
WJG , 191981 .
.(Notarial acknowledgement
of execution by ALL
PRINCIPALS must be
attached.)
MdSAIN CONSTRUCTION CO.. INC.
(seal)
SM6+.
Contract: or
»r I
/
XfcAMSAMERICA INSURANCE COMPANY
tt $
(seal)
, , ,
Attach acknowledgement of Attorney in Fact.
At't°.ch Power of Attorney.
STATE OF CALIFORNIA,
COUNTY (IF LP« A»q>l««
PATRICIA HARAN
NOTARY PUBLIC
STATE OF CALIFORNIA
PRINCIPAL Off ICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
!•*•••*•««**
"ON *Hil»t 11 19_aj_(
before me, the undersigned, a Notary Public in and for said State, personally appeared
Evangalttn S. Me Cain known to me to be the
Cain Construct ton Co.r Inc.of the
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT-Corporation—Wolcotts Form 222-Rev. 3-64
STATE OF California
COUNTY OF
On this Uth
and
_day oL August
_, before me_PatrlcU Haran
.L> the year one thousand nine hundred
Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally ap-
T. L. O'LougMIn
peared _ . _ known to me to be the duly authorized Attorney-in-Fact
of the IRAN SAM ERICA INSURANCE COMPANY the corporation whose name is affixed to the foregoing instrument;
and duly acknowledged to me that he subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as
Surety and his own name as Attorney-in-Fact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this cer-
tificate first.ab^y.e..wjj]tten...... ---------- . ------- ~«
|
143
PATRICIA HARAN
NOTARY PUBLIC
STATE OF CALIFORNIA
PR,NC1PAL Off ICE IN
LOS ANGELES COUNTY
My Commission Expires April 19, 1982
Notary Public in and for laid County and State
Transamenca
Illlll Insurance Services Transamerica Insurance Company
A STOCK COMPANY HOME OFFICE: LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does
hereby make, constitute and appoint x.L. O'LOUGHLIN OR W.C. VAN ROOY OR S.M. GREGER, ALL
OF GLENDALE, CALIFORNIA* *****************************
its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as
surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances or other written obligations in the nature thereof, as follows: ^ny and all
bonds and undertakings for or on behalf of this company in its business and in
accordance with its Charter* ************************
and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said
Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following by-laws of the Company which by-laws
are now in full force and effect: ARTIPLF u
SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contracts of indemnity,
endorsements, stipulations, waivers, consents of sureties, re-insurance acceptances or agreements, surety and co-surety obligations and
agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly
executed when signed on behalf of the Corporation by the President, any Vice President or by any other officer, employee, agent or
Attorney-in-Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) any Vice President, or (iv) any other person
empowered by the Board of Directors, the President or any Vice President to give such authorization; provided that all policies of insurance
shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a
facsimile signature of the President. A facsimile signature of a former officer shall be of the same validity as that of an existing officer.
The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute
or attest such instrument may affix the Corporation's seal thereto.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following
resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the
17th day of October 1963.
"Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affixed by facsimile to any
power of attorney or special power of attorney or certification of either given for the execution of any bond undertaking, recognizance
or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the
original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force
and effect as though manually affixed."
IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents
to be signed by its proper officer and its corporate seal to be hereunto affixed this 18 day of
AUGUST ,19 80 .
By
J. W. FLESHMAN, Vice President
State of California
County of Los Angeles ss
On this jo day of AUGUST , 19g0, before me personally came J.W. Fleshman to me
known, who, being by me duly sworn, did depose and say: that he resides in the City of Sierra Madre, State
of California; that he is a Vice-President of Transamerica Insurance Company, the corporation described in
and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed
to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
OFFICIAL SEAL
ELIZABETH AHERNE
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
iOS ANGELES COUNTY
My Commission Exp. Mar. 30. 1954 ]
>BOOOOOBCaOOOOOBDOPl
1719B (Over)
I, J. H. Tanner, Assistant Vice President of Transamerica Insurance Company, do hereby certify that the
Power of Attorney herein before set forth is a true and exact copy and is still in force, and further certify
that Section 30 of Article VII of the By-Laws of the Company and the Resolution of the Board of
Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the said Company this day of
19 80
AUGUST
J. H.TANNER, Assistant Vice President
Page 19
GUARANTEE
In accordance with the terms of Contract No. 1107 between the City of
Carlsbad and the undersigned, which Contract provides for converting City- .
owned street lights to high pressure sodium vapor operation along various
streets in the City of Carlsbad, and under which Contract the undersigned
has installed high pressure sodium luminaires, fuses, fuseholders, the fol-
lowing guarantee of the said systems is hereby made.
Should any of the luminaires, lamps, fuses or fuseholders installed
prove defective due to faulty workership, material furnished, or methods of
installation, or should the said systems or any part thereof fail to operate
properly, as planned, due to any of the above causes, all within one year of
the date on which the work performed pursuant to this Contract is finally
accepted, the undersigned agrees to replace any such material and/or to re-
pair said materials completely without cost to the City so they will operate
successfully as originally contemplated, such repaires or replacements to be
made on demand by the City of Carlsbad.
Such repairs shall be made and such materials as are necessary shall be
furnished and installed within a reasonable time after demand by the City of
Carlsbad. Said systems will be deemed defective within the meaning of this
guarantee in the event that they fail to operate as originally intended by
the manufacturer thereof and in accordance with the specifications included
in said contract.
Due to the public necessity that prompt repairs be made to the systems
in case of system failure or defect, the City Engineer may make system repairs
when deemed necessary by the City Engineer; such repair action by the City
Engineer shall not void or modify in any way whatsoever the provisions or ob-
ligations of this guarantee. The Contractor shall reimburse the City up to a
limit of Two Hundred Dollars ($200) for the cost of each system repair that is
made by the City Engineer without prior demand by the City upon the Contractor
for such repair or replacement or due to default by the Contractor to repair
or replace the defective system within a reasonable period of time after noti-
fication by the City that defects exist.
McC/P CONSTRUCTION^, IN
. A/
DATE / /
'Page 20
GENERAL PROVISIONS
Specifications
The specifications for the work shall consist of the 1979
edition of the Standard 5Jpecif.iGat.jons for Publ ic Works
'Qopli^M^Li0-!1 fheffeTiiaTter dosTgiiuted~SSPV/Cj~"as issued by
the Southern California Chapters of the American Public
Works Association, the City of Carlsbad supplement-to the
SSPWC, the contract documents and the General and 'Special
Provisions attached-thereto.,and the CalTrans Standard Speci-
fications hereinafter referred to as Stan'dard Specifications.
^• Work to BeDone
The work to be'done shall consist of furnishing all labor,
equipment, and materials and performing all- operations
' ' necessary to complete the project work as specified in theseGeneral and Special Provisions.
3. Definitions and Intent
A.
B.
C.
or
wor'd "Engineer" shall mean the City
his approved representative.
Reference to Drawings: Where
" Indil:atifd" , '.'detailed", "note
the words "shown"',
id.", "scheduled" or
words of similar import a.re used, it shall be under-
stood that reference is made to the plans accompany-
ing these provisions unless, stated otherwise.
I) i r_e ctions: -Whe r e
"selected" or words
shall be understood
or selection of the
otherwise. The WOT
import shall be uncl
properly complete t
by the City Engin-ee
the words "directed", "designated"V
of similar import are used, it
that the direction, designation
Engineer is intended unless stated
d "required"-and words of similar
ers-tood to mean "as required to
lie work as required and as approved
r" unless stated otherwise.
Page 21
_
"approved equal", "
-similar i m p o r t. a r e
words arc followed
of the Engineer" un
words "approved", "
of similar import a
that the approval,
the Engineer is int.
D. Equals and Approvals: Where the words "equal",
equivalent" and such words of
used, it shall be understood such
by the-expression "in the opinion
less" otherwise stated. Where the
approval", "acceptance", or words
re used, it shall be understood
acceptance, or similar import of
ended.
__ ___: The -word "perform" shall be
understood to mean that the Contractor, at her/his
expense, -shall perform all operations, labor, tools,
and equipment, and further, including the furnishing
and installing^ of materials that are indicated, .
specified, or "required to mean that the Contractor,
at her/his expense, shall furnish and instaJ.1 the
work, complete in place and ready to use, including
furnishing of necessary labor, materials, tools, equip-
ment and transportation.
1 •
Codes and Standards •
Standard specifications incorporated in the requirements
of the specifications by reference shall be those of the
latest edition at the time of receiving bids. It shall be
understood that the manufacturers or producers of materials
so required either have such specifications available for.
reference or are fully familiar with their requirements as
pertaining to their product or material.
Construct ion Schedule
A construction schedule is to be submitted by the Contrac-
tor per Section 6-1 of the SSPWC at the time of the pre-
construction conference.
Coordination wi.tli the respective utility company for re-
moval or relocation of conflicting utilities shall be
requirements prior to commencement of work by the
Contractor.
The Contractor shall begin work after being duly notified
by an issuance of a "Notice to Proceed" and shall dili-
gently prosecute the work to completion within _6o_ con-
secutive calendar days from the date of receipt of said
"Notice to Proceed." «
No n c o nf o r in i. ng W o r k
The Contractor shall, remove and replace any work not. con-
forming to the plans'or spccificnlions upon written order
by the City Engineer. Any cost caused by reason of this
nonconforming work shall be borne by the Contractor.
Page 22
All work shall be guaranteed for one- year after the filing
of 'a notice of completion. Contractor must execute the Guar-
antee form included in these documents prior to final payment
*
8. Manufacturer '_s Instructions
Where installation of work is required in accordance with
the product manufacturer's directions, 'the Contractor
shall obtain and distribute the necessary copies of such
instructions, including two copies to the City Engineer.
^' Internal Combustion Engines
All internal combustion engines used in the construction,
shall be equipped with mufflers in good repair when in use
on the project (with special attention to City Noise Con-
trol Ordinance No. 3109, Carlsbad Municipal Code, Chapter
8.48). •'•'.• '
10. City Inspectors
All work shall be under the observation of a City Construc-
tion Inspector. Inspectors shall have free access to any '
or all parts of work at any time. Contractor shall furnish
inspectors with such information as may be necessary to
keep her/him fully informed regarding progress and. manner
of work and character of materials. Inspection of v;ork
shall not relieve Contractor from any obligation to fulfill
this contract.
•"• 1 • Provisions Required by Law Deemed Inserted
Each and every provision of law and clause required by law
'to be inserted in this contract shall be deemed to be in-
serted herein and the contract shall be read and enforced
as though it were included herein,' and,' if through mistake
or otherwise any such provision is not inserted, or is not
correctly inserted, then upon application of either party
the contract shall forthwith be physically amended to make
such insertion or correction.
12. Intent of Contract Documents
The Contractor, her/his subcontractors and materials
suppliers shall provide and install the work as indicated,
specified and implied by the contract documents. Any
items of work not indicated or specified, but which are
essential to the completion of the work, shall be provided
at the Contractor's expense to fulfill the intent of said
documents. In all instances tliroughout the life of the
'contract, the City will be the interpreter of the intent of
Page 23
the'contract documents and the City's decision relative to
said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials
suppliers of this condition of.the contract will not re-
lieve her/him of the responsibility of compliance.
13. Sub s t i . tut i6n o f Mat c r i a 1 s
The proposal of the bidder shall be in strict conformity
\\rith the drawings and specifications and based upon the
•items indicated or specified. The Contractor may offer a
substitution for any material, apparatus, equipment or pro-
cess indicated or specified by patent or proprietary names
or by names of manufacturer \vhich she/he considers equal
in every respect to those indicated or specified. The
offer made in writing' shall include proof of the State
Fire Marshal's approval (if required), all necessary infor-
mation, specifications and data. If required, the Contrac-
tor, at her/his own expense, shall have the proposed
substitute, material, apparatus, equipment or process
tested as to its quality and strength, its physical, chemi-
cal or other characteristics, and its durability, finish,
or efficiency, b'y a testing laboratory as selected by the
City. If the substitute offered is not deemed to be equal
to that so indicated or specified, then the Contractor
shall furnish, erect, or install the material, apparatus,
equipment or process indicated or specified. Such substi-
tution proposals .shall be made prior to beginning o.f con-
struction, if possible, but in no case less than 10 days
• . prior to actual installation.
14. Record Drawings
The Contractor shall provide and keep up-to-date a
complete "as-built" record set of transparent sepias,
whi-cn shall be corrected daily and show every change
from the original drawings and specifications and the
exact "as-built" locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible
at surface grade. Prints for this purpose may be obtained
from the City at cost. This set of drawings shall be kept
on the job and shall be used only as a record set and
shall be delivered to the Engineer on completion of the
work.
15. Permits_-...——. j
The general construction, electrical and plumbing permits
will be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees.
,Page 24
16. Quantities in the Schedule
The quantities given in the schedule, for unit price items, are
for comparing bids and may vary from the actual final quantities.
Some quantities may be increased and others may be decreased or
entirely eliminated; no claim shall be made against the City for
damage occasioned thereby or for loss of anticipated profits,
the Contractor being entitled only to compensation for the actual
work done at the unit prices bid.
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to
increase or decrease the quantities of work to be performed under
a scheduled unit price item or to entirely omit the performance
thereof, and upon the decision of the City to so do, the City En-
gineer will direct the Contractor to proceed with the said work
as so modified. If an-increase in the quantity of work so ordered
should result in a delay to the work, the Contractor will be .
given an equivalent extention of time.
17. Safety and Protection of .Workers and Public
The Contractor shall take all necessary precautions for the safety
of employees on the work and shall comply with all applicable pro-
visions of Federal, State and municipal safety laws and building
codes to prevent accidents or injury to persons on, about or ad-
jacent to the premises where the work is being performed. He/she
shall erect and properly maintain at all. times, as required by the
conditions and progress of the work, all necessary safeguards for
the protection of workers and public and shall post danger signs
warning against the hazards created by such features of construc-
tion as protruding nails, hoists, well holes and falling materials.
18. BARRICADES AND TRAFFIC CONTROL
The Contractor shall provide all necessary facilities for the con-
trol of street vehicle traffic at all times. The Contractor shall
provide all necessary barricades, traffic lane markers and safety
signs required for the regulation of traffic at all hours. Bar-
ricades shall be provided with flashing yellow lights surrounding
any and all hazards during the nighttime hours.
The Contractor shall arrange the street excavations to that two-way
one lane vehicle traffic lanes are maintained open to the safe
passage of traffic at all times. The Contractor shall submit his/
her proposed plans, methods and schedules of time required to com-
plete the street work, to the City for approval before starting
any street excavations.
The Contractor shall comply with all requirements of the City re-
garding safety precautions.
Personal vehicles of the Contractor's employees shall not be parked
on the traveled way at any time, including any section closed to
traffic.
Page 25
Full compensation for barricading and traffic control shall be
considered as included in the contract prices paid for the various
items of work and no additional compensation will be allowed
therefor.
19. Stockpiling and Equipment Storage
Stockpile and equipment storage locations shall be selected by
the Contractor, subject to approval by the Engineer. When any
material or equipment is to be stored outside the highway or
street right-of-way, or other City property, the Contractor shall
first obtain a written permit from, the property owner on whose
property the storage is to be made,- and he/she shall:file with'
the Engineer said permit, or a certified true copy thereof, to-
gether with a written release from the property owner absolving
the City from any and all responsibility in connection with the
storage of materials or-equipment on said property.
The Contractor shall leave all storage areas in a neat and clean
condition,, satisfactory to the Engineer, and in accordance with
the provisions of the storage permits.
Full compensation for conforming to the requirements of this pro-
vision shall be considered as included in the contract prices
paid for the various items of work, and no additional compensa-
tion will be allowed therefor.
Page 26
SPECIAL PROVISIONS
ELECTRICAL SPECIFICATIONS
1.0 GENERAL: All provisions in the General' Provisions, these Special Provisions
and any Addendum issued are part of sections of this division.
•
2,0 SCOPE: The work included and covered under this division shall be complete
in every respect and shall include all material, equipment, fixtures and/or
fixture conversion kits, labor, etc., required for the furnishing, delivery
and installation of electrical work for this project with the exception of
work or materials, specifically mentioned herein to be furnished by others.
WORK TO BE DONE (GENERAL)
3-0 Convertcertain existing mercury vapor type street lighting luminaires to new
high pressure sodium lamp operation. Quantity .and size shall be as. herein-
after specified.
WORK TO BE DONE (SPECIFIC)
A.O The contract lump sum price for conversion of existing mercury vapor luminaires
to high pressure sodium shall include full compensation for the following work.
A.1 Convert 1365 existing 175 watt mercury vapor.type luminaires to 70 watt high
pressure sodium lamp operation.
A.2 Convert 3^2 existing AOO watt mercury vapor type luminares to 200 watt high
pressure sodium lamp operation.
4.3 Convert 35 existing 250 watt mercury vapor type luminaires to 100 watt high
pressure sodium lamp operation.
A.A Cleaning, repairing of defective luminaires and/or repairing of luminaires
damaged by work done under this contract.
A.5 Submission of materials list and manufacturer's shop drawings outling devices
to be installed in existing, luminaires.
A.6 Replacement and repair of any defective parts found after Engineering field
check.
A.7 Installation of new lamp ballast.
h p Kaplacement of any defective photoelectric controls.
-*
MATERIALS AND EQUIPMENT
5.0 LAMP BALLASTS: Lamp ballasts shall be suitable of pole base mounting where
ballasts are existing in pole base or shall be of the type mounted in the
luminaire housing. The contractor shall be responsible for verification of
the type requi red. '
Page 27
5.1 Contractor shall be responsible for verification of existing street light-
ing supply voltages supplied to the existing installation and shall provide
the new ballast to operate on the existing voltage level.
5.2 New ballasts shall be for operation of high pressure sodium lamps of the
size herein specified and shall be of the.regulated high power factor type.
Each ballast shall be provided with fuse protection.
5-3 Ballasts shall conform to ANSI specifications as follows:
ANSI Spec. No. S62 for 70 watt high pressure sodium ballasts
. ANSI Spec. No. S5^ for 100 watt high pressure sodium ballasts
ANSI Spec. No. S66 for 200 watt high pressure sodium ballasts
6.0 LAMPS: Lamps shall be new high pressure sodium type with brass mogul bases,
clear bulb for burning in any position.
6.1 Lamp sizes as follows:
70 watt, E-23-1/2 bulb, 5800 initial lumens
100 watt, E-23-1/2 bulb, 9500 initia1 ']umens
200 watt, E-18, 1/2 bulb, 22000 initial lumens
All- lamps shall have an average rated life of 24,000 hours.
CONVERSION KITS FOR EXISTING LUMINAIRES
7-0 Kits for conversion of existing mercury vapor .type street lighting luminaires
to the new high pressure sodium type lamp operation are available from sev-
eral sources/manufacturers. The contractor shall verify the type and manu-
facturer of the existing street lighting luminaires and shall arrange for
the procurement of the proper and matching conversion materials and devices
in conversion kit packages. The conversion kit supplied shall be completel-y
compatible for the specific type and manufacture of the existing luminaires.
7.1 Conversion kits shall include all necessary parts, devices and shields nec-
essary for the installation and efficient operation of the .new high pressure
sodium type lamps.
7.2 The light output and distribution curves of the new installation shall match
the distribution curves of the existing system within reasonable variations.
Any radical differences in light distribution patterns of the proposed con-
version will not be acceptable.
7-3 All parts of the conversion kit shall carry the UL label of approval.
7-A The contractor shall submit manufacturer's shop drawings of the conversion
kit including the manufacturer's recommendations for installing the new de-
vices, etc., and also light distribution data/curves expected for approval
by the City.
TESTS
8.0 Subsequent to contractor's installation of any street lights, field checks
may be performed at random by the Engineer. Failure to meet or exceed any
test data values during field check will be justification for replacement
by the contractor at the sole option of the City.
Page 28
SALVAGE
r 9.0 The existing mercury vapor lamps to be replaced shall become the property
of the contractor and shall be removed from the highway right-of-way in
accordance with the provisions in Section 7-1-13 of the Standard Specifi-
cations, Disposal of Material outside the Highway Right-of-way.
LOCATION
10.0 The locations of the street lights with the lamps to be replaced are located
throughout the City of Carlsbad. The bidders are advised to inspect the
computer output on file in the Engineering Department for the exact location
of the 1,7^2 street lights.