Loading...
HomeMy WebLinkAboutMcCain Construction Company Inc; 1984-05-15; 3160,*"""* CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for The Construction of Traffic Signal Improvements at Alga Road and Alicante Road CONTRACT NO. 3160 r DEVELOPMENTAL SERVICES /*""** ^OFFICE OF THE CITY ENGINEER 1200 ELM AVENUE CARLSBAD, CA 92008-1989 (619) 438-5541 Cttp of Cartefcab ADDENDUM NO. 1 TRAFFIC SIGNAL AT ALGA AND ALICANTE CONTRACT NO. 3160 C The following revisions have been made to the above contract, Pole Schedule Sheet No. 1 (1) Item Nos. 2_ and 5_ change standard tyoe from 19-2-70 to 19-4-70. (2) Change signal arm for item nos. 2^ and 5_ from 35' to 30'. If you have any questions, please call me at 438-5529. PAT ENTEZTARI Project Manager PErtmn c TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS ! PROPOSAL 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 & EXPERIENCE 10 CONTRACT H LABOR AND MATERIALS BOND 16 PERFORMANCE BOND 18 GENERAL PROVISIONS 20 SPECIAL PROVISIONS 26 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 2-oo PM on the 2. t> day of APRIL. > 19 gl+ at which time they will be opened and read for performing the work as follows: CONSTRUCTION OF TRAFFIC SIGNALS AT ALGA ROAD AND ALICANTE ROAD CONTRACT NO. 3160 The 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. Reference is hereby made to the specifications for full particulars and description of the 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 security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten days after the contract is awarded. The documents which must be completed, properly executed, and notarized are: 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 Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is $ 64 ,500 . 00 No bid shall be accepted from a contractor who has not been licensed in accordance with the provisions of State law. The contractor shall state his or her license number and classification in the proposal. One set of plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a. nonrefundable fee of $10.00 per set. c Page 2 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 worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. The prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1 of the California Labor Code commencing with Section 1720 shall apply to the contract for work. A prebid meeting and tour of project site will be held on APRIL. 20,/<?%4 at ;0 /}^7 at AlCrA &. ALlCflNTE Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Approved by the City Council of the City of Carlsbad, California, by Resolution No. T6 ^9 , adopted on the /Q 7JT day of APfil L19 — - - ^/UA^ /g a. . A.vv~1 Date v ' Aletha L. Rautenkranz, City Clerk j CITY OF CARLSBAD CONTRACT-NO. 3160 Page 3 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. 3160 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: ^f^.c Article w/Unit Price or Lump Sum Written in Words Approximate Quantity & Unit 1. Construct Traffic Signal at Alga Road and Alicante Road L.S. Unit Price TOTAL Total amount of bid in words ^ -* <#,/>>?;/J 'AL^rt Total amount of bid in numb er s : /Addendum (a) No(s) received and is/a*e included in this proposal. has/feeve-been All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 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 policies 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, License No.^^^/^^ Identification $ $ (?-//) . ' / / The undersigned bidder hereby represents as follows: ~^. 1. That no Councilmember, 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 officers, 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 ^^/y (Cash, Certified Check, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 5 /•"* W The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against 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. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. (619) 942-0821 McCain Construction Co., Inc. Phone Number April 16, 1984 Date , Authorized SignatureA. McCain, President 2220 Encinitas Boulevard ' Evangeline S. McCain, Secretary Encinitas, California 92024 Corporation Bidder's Address Type of Organization (Individual, Corporation, Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all partners, if a partnership: Jack A. McCain President Evanqeline S. McCain Secretary-Treasurer (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) i/yUOn this the /JJ day of . 7 . I9<fy ,before me, the undersigned Notary Public, personally appeared C t/% ie*(.Ji sit O YflO r/stPw»s£?3£'.;;•;/ CFHOl SEAL SUSAN J. PLHAR ;OT,«,r=;' PL-'BLIC-CUIFORMA PRINCIPAL OS-id IN \^Commission Expires May 3. 1985 tatavfsvn :•; ?•.*?<•«« Z personally know/n to me X proved to me on the basis of satisfactory evidence to bf the person(s) who executed the within instrument as sSl ( f'e j-rt-yu or on behalf of^tbe corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my harufanlj official seal CORPORATE ACKNOWLEDGMENT FORM 71?OOS2 NATIONAL NOTARY ASSOCIATION • 23012 Ventura BlvO • Woodland Hills. CA 913C , af all wen b #719 That INDUStfcl and having its principal presents:HOME OFFICE -SAN FRANCISCO COMPANY, a corporation organized and existing under the laws of tin- State of California, of San Francisco, State of California, does hereby make, constitute and appoint — BETTIE L. GARCIAits true and lawful attorney-ih-fact for it and in its name, place and stead to execute on its.behalf us surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to surh obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of - - UNLIMITED and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September. 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto: "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 17th day of October .19 78 • Attest:INDUSTRIAL INDEMNITY COMPANY Secretary STATE OF CALIFORNIA ) CITY AND COUNTY OF SAN FRANCISCO \ ss' LaPUnte fenior vie* President) On this 17th day of October . 19 78 .before me, Mary Mueller a notary public in and for the City and County of San Francisco, State of California, personally appeared J. G. LaPlante and L. E. Mulryan known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof, 1 have hereto set my hand and affixed my official seal the day and year in this certificate first above written. WW«B»j,l[^PSfc €•»*Of SMHMOKD it 1. Iff* j and for the City and County isco. State of California it L. E. Mulryan (Secretary) of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my namtas such officeruind affixed the seal of INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California, this /6 *~' day of (jifJrtAjP Secretary I VO4I R7 (10/72) STATE OF CALIFORNIA CITY AND COUNTY Of SAN DIEGO On tins leth^y APRIL 84 ..lore me, the undersigned Notary Public, in and lor the State, personally appeared Bettie L. Garcia j pcr%on known to me (or proved to me on the baMi ol satisfactory evidence), to be the |x:ison who executed the written instrument .is Attorney-in-l act on behall ol the corporation therein named and acknowledged to me that the corporation executed it. iivjjn_uiiderjiny^iand and Notanal Seal this 16th jay o| APRIL MyC• I V=,: .-.' SL.:A - P:HAR Lxpirev ,.:•• - •;- ( .,;.-.;:?:w ' -.'«'••' •'.';. , ••' " IN M)KM A.U. IV 84 \oiary Public. State of f "'tj Jjjf,'*iri£ County of C J A OFFICIAL SEAL SUSAN J. PtHAR NOT.'RV FL'8L!C-C*UFO«N»A PRINClF'Al OFr^CE IN SAN DitGO COONTY My Commission f>p:.-es May 3. 1985 SS. l/tOnthistheLc-i^dayof . ***** 19jly, before me, the undersigned Notary Public, personally appeared D personally known to me ^ proved to me on the basis of satisfactory evidence to be^the person(s) who executed the within instrument as //U<ix^£/^/ _ or on behaiLof the corporation therein named, and acknowledged to me that thetorpor^tion executed it. WITNESS my haiid and official COflPORATEACKNOWLEDGvlENTFORM 712005J NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd • Wocxtlvid Hills. CA 91 c c Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we,McCAIN CONSTRUCTION CO., INC.as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of TEN PERCENT OF THE AMOUNT ACCOMPANYING BID (10%) Dollars ), lawful money of the United States for the payment 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: CONSTRUCTION OF TRAFFIC SIGNALS AT ALGA ROAD AND ALICANTE ROAD CONTRACT NO. 3160 Bid Date: 4/20/84 in the City of Carlsbad, is accepted by the City Council of said City, and if the abovebounden 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 contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified 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 Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 16th day of APRIL , 19 84 Corporate Seal (If Corporation)McCain Construction Co., Inc. Principal / Bettie Title Attorney-in (Attach acknowledgement or Attorney in Fact) geline S. McCain, Secretary (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) w 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 City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Full Complete Items of Company Address Phone No. Wprk Name w/Zip Code w/Area Code '-$>** fc/v **f*-'*f /Ttftf tfv fa>^x c DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid ($ or %) 37 II^MMJh ^Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. MeCAIM ^QNSTBUCTION CO..INC. 1220 En«Ay^effl'v«.ComPany Name<£EiS.°L.i> •***• ^"^ ™» iplete Address ''/%*#,. Authorized Signature c 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) t^*£*£*rsj s Signature MC CAIN CONSTRUCITON CO., INC. BALANCE SHEET SEPTEMBER 30, 1983 ASSETS Current Assets Cash Accounts Receivable Material and Supplies Inventory Costs and Estimated Earnings on Contracts in Progress in Excess of JRe-tated Billings Total Current Assets Fixed Assets Vehicles Machinery and Equipment Office Furniture and Fixtures Less Accumulated Depreciation Net Fixed' Assets Other Assets Deposits Note Receivable - Officer Total Other Assets Total Assets $244,513 161,696 15,000 46,574 $165,366 122,637 5.953 $293,956 233,101 50 250 $467,783 60,855 300 $528,938_«..—.—__. sUM**, t Fi C MC CAIN CONSTRUCTION CO., INC, BALANCE SHEET SEPTEMBER 30, 1983 i LIABILITIES AND STOCKHOLDERS' EQUITY i • Current Liabilities I Accounts Payable $ 89,937 | Accrued payroll Tax and Income Tax 1,633 i ^ Amounts' Billed in Excess of Costs I f and Estimated Earnings on Contracts | ^ in Progress 60,894 i Total Current Liabilities $152,464i I Stockholders' Equity Common Stock $ 20,000 j Retained Earnings 356,474 ! Total Stockholders' Equity 376,474 1 Total Liabilities and Stockholders' Equity $528,938 Page 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required Co state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Comntefeed Name and address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract .^s. c- c (f y (Notarize or Corporate Seal) Page 11 CONTRACT - PUBLIC WORK This agreement is made this /S~ day of 19 ^-P r by and between the City of Carlsbad, Califdrnia, |a municipal corporation (hereinafter called "City") and 7~6 si, whose principal place of business is (hereinafter called "Contractor".) City and Contractor agree as follows: 1 . Description of Work. Contractor shall perform all work specified in the contract documents for: CONSTRUCTION OF TRAFFIC SIGNALS AT ALGA ROAD AND ALICANTE ROAD CONTRACT NO. 3160 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified by the contract documents. 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders and contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference. 4' Payment . As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor as follows: a. In the total amount of -y 4e? j I3Z, to be made in a lump sum not later than 35 days from the date of the filing of the notice of completion. (rev.12/21/82) Page 12 Payment of undisputed contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall be made unless the change is approved by the City. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipted underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by 6. Contractor Responsible for Unforeseen Condtions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incured in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contract, order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to (rev. 12/21/82) Page 13 /"""*• ' order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. 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 execute the contract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. 9. Indemnity. Contractor shall indemnify, hold harmless and defend City and its officers and employees, and each of them, from any and all liability or loss resulting from any suit, claim or other action brought against City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 11. Workers Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also 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 brought by any person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The (rev.12/21/82) Page 14 award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. •, 15. Labor Code Provisions; The provisions of Part 7, Chapter 1 commencing with section 1720 of the California Labor Code are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Government Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this contract or any obligation established by this contract. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. McCAIN CONSTRUCTION CO., INC. Contractor (Seal) (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Byi Title APPROVED AS TO ^ORM: fei/ ' ^Assistant CitTy/Attorney" CITY OF CARLSBAD, CALIFORNIA Mayor (rev.12/21/82) State of California County of San Diego OFFICiAL SEAL SUSAN J. PEHAR NOTARY PUBOC-CAUFORNSA PRINCIPAL OFFICE IN _____ SAN DJEGO COUNTY My Commission Expires May 3, 1985 ss. Onthlsthei^dayof1^._ before me, Susan Pehar the undersigned Notary Public, personally appeared Jack A. McCain of McCain Construction Co.tiI C? personally known tome D proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as President Or on behalf of the corporation therein named, and acknowledged to me ttiat the cpfporgtion executed it. WITNESS my bane Notary'nature State of California County of San Diego SSS SS. OFFICIAL SEAL SUSAN J. PEHAR NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires May 3. 1985 Onthisthe_10t.laayof May . 1984_, before me, Susan Pehar the undersigned Notary Public, personally appeared McCain ConstructionEvangeline S. McCain of Co., Inc. . .—, _ j El personally known to me G proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as Secretary ^_ or on behalf of the corporation therein named, and acknowledged to me that the corpprafiofT^xecuted it. WITNESS my hand an/official seal7~ Notary's^ignafure CORPORATE ACKNOWLEDGMENT FORM 7120052 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • Woodland Hills, CA 9131 C Page 15 ATTEST: City Contractors Certification of Awareness of Workers Compensation Responsibility. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." CONSTRUCTION CCUNC. CGnTrajz'tor C (rev.12/21/82) c Page 16 LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ~~[T5 $ £ adopted <3V If- \ - has awarded to /YfSf^tf/Al ^p/y/7/£l/C.77 ° H Co. //Vthereinaf ter designated as the "Principal", a contract for: CONSTRUCTION OF TRAFFIC SIGNALS AT ALGA ROAD AND ALICANTE ROAD CONTRACT NO. 3160 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 with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, 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 Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, HV^/jjL/L ^J<Yi£ lkfl/fe(?)L Afr/ftQ/l^-' > as , PrincipaJ., hereinafter^designated as the Contractor / and C^J^J 1 L^tt^iJ^-^ V()J"\d&/)U-\JTJ4' (}J^V\,iML/\M( as Surety, are held firmlAbound unto the City of Carlsbad in the sum oflJ fatikj S/ X ///^/J^/L!/) K/&. /^/XJ/W /) -Ml &lcj>Mfli Pollars ($*~l(L.j /3_>>. £<lJ—*•) said sum being one hundred per cent (100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourseves, 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 4202 of the Government Code of the State of California. w <"*«*>.• Page 17 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 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 Government Code of the State of California. 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 instru and Surety above named, on the 19 ff/ • (Notarize or Corporate Seal for each Signer) t /has been duly day of xecuted by the Contractor U McCAIN CONSTRUCTION CO., INC. c STATE OF CALIFORNIA CJTY AND COUNTY OF San Diego Contractor surety J 1Onc^a <: f ' I 1 ss.: 1 On this 8t:h day MaY I9_J^, before me, the undersigned Notary Public, in and for the State, personally known to me (or proved to me on the basis of satisfactory evidence).Settle L. Garciaappeared to be the person Who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. nn'!^.;;: Eo-'os May 3, 1985 Notary Public. tOILM 11* I1C flofaer of #719 INDUSTRIAL INDEMNITY all men by these presents:HOME OFFICE - SAN FRANCISCO That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing un<lcr tlu- laws of llu State of California, and having its principal office in the City of San Krancisco. State of California, docs hereby make, constitute .mil ,i|>|>oinl - BETTIE L. GARCIAits true and lawful attorncy-m-tact for it and in its name, place and stead to execute on its belt.ilf as surcu . bonds, mulci takings, slipti- latioiu. consents and all contracts of suretyship and to attach its corporate seal to sucli obligations in favor ot all oblii>ccs. provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of - - UNLIMITED - — and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted liy the Hoard of Director* ol INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September. 1972. reading as follows: "RESOLVED, that the Chairman of the Hoard or President or Executive Vice President or Senior Vice President of the Company. in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute cm behalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto: "RESOLVED. FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to lie used for the purpose hereinabove stated anil will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof. INDUSTRIAL INDEMNITY COMPANY has caused these presents to l>c siimed and its c orporale seal to be affixed by its proper officers, at the City of San Francisco, California, this 17th day of October .19 78 - Attest:INDUSTRIAL INDEMNITY COMPANY Secretary . LaPlante senior Vice President) STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO **' O» this 17th day of October .1978 .before me, Mary Mueller a notary public in and for the City and County of San Francisco. State of California, personally appeared J. 6. LaPlante and L. E. Mulryan known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a trne and correct copy of the resolution duly passed at a meeting of the Hoard of Directors on September 27. 1972. and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. MARY MUELLEINOTARY MDUC - CMffOM!on a OMNn at uw fuaojco =-—f-_=5««CS55!^^!SS_2S!:.and for the City and County •isco. Stale of California i. L. E. Mulryan (Secretary) of INDUSTRIAL INDEMNITY COMPANY. do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof. I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California, this 8th day of MAY •l<>84 • ^^^^^ _ SEAL L. E. Mulryan Secretary 1V*4« NT (I«/TS) Page 18 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 76"9<£ adopted ft has awarded to /fJC C ft/fiJ £0//ff/e U CTt o/V ' /A/r O/ej*<> H-Af^D . hereinafter designated as the Principal , a contract for: CONSTRUCTION OF TRAFFIC SIGNALS AT ALGA ROAD AND ALICANTE ROAD CONTRACT NO. 3160 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, Principal, hereinafter designated as the Contractor", a"nd Surety, are held and firmly bound untoLche City o Carlsbjd, In the sum of sai-d sum being equal to 100 per cent (100%) of the estimated amount of the contract, 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, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, 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 specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. '"W Page 19 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 affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . 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 b Contractor and Suret above named on the )wt.day of theoy tneifwJ! (f McCAIN CONSTRUCTION CO., INC. (Notarize or Corporate Seal for Each Signer) 'Surety STATE OF CALIFORNIA ] 1 a.: CITY AND COUNTY OF San Diego J On this 8th- day appeared May 19 84, before me, the undersigned Notary Public, in and for the Slate, personally Be 11 i e L. Garcia a person known to me (or proved to me on the basis of satisfactory evidence). to be the person Who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and ' acknowledged to me that the corporation executed it. 8th OFf iC'AL SEAL Aiv J. PLHAR ;-( D!£::O COUNTY f xp;ws ?^!ay 3, 1335 : Notary Public. FORM 11* li«2 Dottier of (Attorney #719 INDUSTRIAL INDEMNITY JKnoto all men bu three presents:HOME OFFICE • SAN FRANCISCO That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of I In State of California, and having its principal office in the City of San Francisco, State of California, does hereby make. constitute and .i|>|>oinl - --••; ' BETTIE L. GARCIAits true and lawful attorncy-in-tact for it and in its name, place and stead to execute on it* behalf .is surcu. bonds, undertakings, stipu- lations, consents and all contracts of suretyship ami to at lath its corporate seal to such obligations in favor »l .ill obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of - UNLIMITED - and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted hy the Hoard of Director* of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September. 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorney s-in fact to act under such Powers of Attorney to execute on l»ehalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto: "RESOLVED. FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hcrcinahove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof. INDUSTRIAL INDEMNITY COMPANY has caused these presents to l>e signed anil its corporate seal to be affixed by its proper officers, at the City of San Krancisco, California, this 17th day of October .19 78 • Attest:INDUSTRIAL INDEMNITY COMPANY Secretary '-. LaPlante Vice President) STATE OF CALIFORNIA 1 CITY AND COUNTY OF SAN FRANCISCO \ **' O»this 17th d*y of October .19 78 .beforeme, Mary Mueller a notary public in and for the City and County of San Francisco. State of California, personally appeared J. 6. LaPlante and L. E. Mulryan known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27. 1972, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. MARY MUEUEInorm nnuc -at • OHM* o> UN nuasto•VI r^OTUMW g j *»*»>• § Notary Publii of San frar [and for the City and County risco. State of California I, L. E. Mulryan (Secretary) of INDUSTRIAL INDEMNITY COMPANY. do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California, this 8th day of MAY -I984 • ^^^ -SEAL L. E. Mulryan Secretary IVMI mi HO/71) Page . 20 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC, as issued by the Southern 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. The Construction Plans consist of 1 sheet(s) designated as City of Carlsbad Drawing No. 239-4 The standard drawings utilized for this project are the San Diego Area "Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE 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 shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT a) Engineer: The word "Engineer" shall mean the City Engineer or his approved representat ive . b) Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. c Page 21 c) Directions: Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. e) Perform and Provide: 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 install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. 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. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 61 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City inspector for each working day beyond the completion date, as damages. Page 22 Coordination with the respective utility company for removal 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 diligently prosecute the work to completion within 60 consecutive calendar days from the date of receipt of said "Notice to Proceed." NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforraing work shall be borne by the Contractor. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 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 Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction 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 work shall not relieve Contractor from any obligation to fulfill this contract. Page 23 11. 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 inserted 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 throughout the life of the contract, the City will be the interpreter of the intent of 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 relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS . The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which 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 information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by 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, Page 24 apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, 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, which 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 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. 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 do so, The City Engineer 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 extension of time. Page ?5. 17. SAFETY & 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 provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent 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 hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. 19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviation American Society for Testing Materials ASTM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards CS American Concrete Institute ACI NOTICE TO CONTRACTORS To minimize delays in improvement of Alga Road, the Contractor for the above traffic signal shall coordinate all of his work with T. B. Penick (Contractor for Alga Road Improvements, which is currently under construction). SPECIAL PROVISIONS Page 26 TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES All equipment, materials, and components for traffic signal and highway safety lighting systems, and the installation thereof, shall conform to the California Department of Transportation Standard Plans and Standard Specifications, Section 86, "Signals and Lighting," dated January 1981, except as noted in these Special Provisions and on the Plans. Copies of these documents are available from the State of California, Department of Transportation, Central Publication Distribution Unit, 6002 Folsom Boulevard, Sacramento, California 95819. The following subsection numbers coincide with those of the specifications set forth above. Only those sections requiring amendment or elaboration, or specifying options are called out. 86-1 GENERAL 86-1.03 Equipment List and Drawings. The Controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual, or combined maintenance and operation manual, shall be submitted at the time the controllers are delivered for testing, or if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following it ems : (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers 86-1.04 Warranties, Guarantees, and Instruction Sheets. The traffic signal and highway safety lighting systems shall be guaranteed for a period of one year. 86-2 MATERIALS AND INSTALLATION 86-2.03 Foundations. Portland cement concrete for foundations shall contain not less than 470 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 2500 pounds per square inch; except that concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 3250 pounds per square inch. Page 27 86-2.05 Conduit. Conduit shall be rigid steel with mettalic fittings. Galvanizing shall be certified to meet Caltrans standards. 86-2.06 Pullboxes. Pullboxes shall be precast reinforced concrete. Recesses for suspension of ballasts will not be required. Pullboxes shall be installed on a 6-inch crushed rock base without grout. 86-2.09 Wiring. Splices for No. 8 or larger conductors shall be Type C insulated by Method B as shown on Caltrans Standard Plan ES-13. 86-2.10 Bonding and Grounding. Bonding and grounding jumpers shall be visible after caps have been poured on foundations. 86-2.11 Service. The Contractor shall arrange with the serving utility (San Diego Gas and Electric Company) for service connections in conformance with the requirements of the utility and these special provisions, and the Contractor shall pay all required costs and fees required by the utility. Type III service shall be installed. Service equipment wiring shall consist of 120/240 V, with 120V unmetered luminaires and 120V metered traffic signal equipment and illuminated street name signs. 86-2.16 Painting. All paint shall be furnished by the Contractor. Factory finish will be satisfactory for new luminaires and no further painting will be required. 86-3 CONTROLLERS 86-3.11 Model 170 Controller Assembly. Model 170 controller assemblies shall consist of a Model 170 controller unit, a wired cabinet and all auxiliary equipment required to control the signal indications as shown on the plans, as specified in the special provisions and as specified in Sections 86-3.01, "Controller Assembly", 86-3.02, "Interval Sequence," and 86-3.03, "Flashing Operations." The Contractor shall arrange to have a signal technician present at the time the controller assembly is turned on. The technician shall be fully qualified to work on the controller assembly, and shall be employed by the controller manufacturer or his authorized representative. 86-3.11A Model 170 Controller Unit. Model 170 controller units shall conform to the requirements in "Traffic Signal Control Equipment Specifications," issued by the State of California Department of Transportation and to all addendums thereto current at the time of project advertising. 86-3.11B Controller Cabinets. Controller cabinets shall conform to the requirements for Model 332 cabinets in said "Traffic Signal Control Equipment Specifications," and addendums thereto. Page 28 86-4 TRAFFIC SIGNALS AND FITTINGS 86-4.01 Vehicle Signal Faces; and 86-4.04 Programmed Visibility Vehicle Signal Faces. All lamps shall be furnished by the Contractor. 86-.405 Pedestrian Signal Faces. Pedestrian signal faces shall be Type C (international symbol) with the eggcrate type front screen. 86-5 DETECTORS 86-5.01 Vehicle Detectors. Vehicle detectors shall be of the inductive loop type. Sensor units shall be rack mount two channel. Loop conductors shall be No. 12, stranded copper wire and shall have Type USE cross-linked polyethylene insulation. Sawcuts for loop conductors shall provide a minimum of 1 inch of cover over conductors. Loop lead-in cable shall be Type C. The Contractor shall test the vehicle detectors with a motor-driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector sensor unit shall provide the required output in response to this test. 86-6 LIGHTING 86-6.01 High Intensity Discharge Luminaires. Highway safety lighting luminaires shall be of the cut-off type. A separate activated charcoal filter shall be provided for the sealed optical system chamber. The integral ballast components shall be mounted on a separate down opening door. Each luminaire shall be provided with Type IV photoelectric control. Minimum light distribution shall be as shown on Caltrans' Standard Plan ES-10. 86-6.065 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall be Type A with Type IV photoelectric control. 86-6.10 High Intensity Discharge Lamp Ballasts. The integral ballasts for highway safety lighting luminaires shall be designed for operation on 120 volt multiple circuits. Page 29 86-10 PAYMENT 86-10.01 Payment. Full compensation for the furnishing of all labor, equipment and materials for performing all of the work shown on the plans and/or specified herein shall be considered to be included in the unit or lump sum price bid for traffic signal, safety lighting, street name signs, and traffic stripe removal in the proposal and no additional compensation will be allowed therefor. TRAFFIC SIGNS All details and dimensions for traffic signs and the installation thereof, shall conform to the California Department of Transportation Traffic Sign Specif icat ions , Traffic Manual, and Standard Specifications. All signs shall be ref lector ized. The reflective sheeting for warning and mast-arm mounted signs shall be wide angle high intensity grade. City approved theft proof hardware shall be used for all sign mountings. Materials shall be certified as meeting all applicable State specifications. Salvaged signs shall be stockpiled at the Agency facility designated by the Engineer. Full compensation for furnishing and installing traffic signs will be considered as included in the lump sum paid for the installation of the traffic signal and lighting systems, and no additional compensation will be allowed therefor. TRAFFIC STRIPES AND MARKINGS All details and dimensions for traffic stripes, legends, and markings shall conform to the California Department of Transportation Traffic Manual and Maintenance Manual. Painting procedures shall conform to the most recent edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone 213/870-9871. The following subsection numbers coincide with those of the specifications set forth above. Only those sections requiring amendment or elaboration, or specifying options, are called out. SECTION 210 - PAINT AND PROTECTIVE COATINGS; and SECTION 310 - PAINTING 210-1 PAINT 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. 210-1.6.1 General. The paint for traffic striping and marking shall be Rapid Dry. Page 30 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings. 310-5.6.1 General. Existing traffic stripes and markings that do not conform to the Plans shall be removed by wet sandblasting. 310-5.6.4 Geometry, Stripes and Traffic Lanes; and 310-5.6.5 Traffic Stripes and Markings. All details and dimension for traffic stripes and markings shall conform to the California Department of Transportation Traffic Manual and Maintenance Manual. Pavement legends shall conform to the Agency's stencils. 310-5.6.7 Layout, Alignment, and Spotting. The Contractor shall furnish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. Spotting shall be completed prior to the removal of any existing stripes. Existing stripes and markings shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. 310-5.6.10 Measurement and Payment. Full compensation for furnishing and installing traffic stripes and markings will be considered as included in the lump sum paid for the installation of the traffic signal and lighting systems, and no additional compensation will be allowed therefor.