Loading...
HomeMy WebLinkAboutSaturn Electric Inc; 1994-11-17; 3347Ik V, CITY OF CARLSBAD San Diego County California OPEN MARKET CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR THE DEPOT LIGHTING PROJECT CONTRACT NO. 3347 3/1/94 CITY OF CARLSBAD San Diego County California OPEN MARKET CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR THE DEPOT LIGHTING PROJECT CONTRACT NO. 3347 3/1/94 TABLE OF CONTENTS Item Page NOTICE INVITING BIDS 1 CONTRACTOR'S PROPOSAL 4 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 13 CONTRACT - PUBLIC WORKS 14 REPRESENTATION AND CERTIFICATION 22 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 23 RELEASE FORM 27 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 28 II. SPECIFICATIONS FOR CARLSBAD DEPOT LIGHTING 32 III. PLOT PLAN SHOWING STREET LIGHT LOCATIONS 34 IV. LOCATION MAP 35 V. CENTRECON SHOP DRAWING Q9132A 36 3/1/94 Ml CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 5:00 P.M. on the 7 day of October, 1994, for performing the work as follows: DEPOT LIGHTING PROJECT OPEN MARKET CONTRACT NO. 3347 The work shall be performed in strict conformity with the specifications on file with the Engineering Department. The specifications for the work include the Standard Specifications of Public Works Construction. (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available and where appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Non-Collusion Affidavit 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 City's Estimate is $12,000. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: A; CIO, in accordance with the provisions of state law. A City of Carlsbad Business License is required for all contractors and sub contractors. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. 3/1/94 Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $3.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. 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 Labor Code. Pursuant to Section 1773.2 of the 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 for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be submitted as a lump sum price as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 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 of rejection of bid. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, and (2) are authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 3/1/94 Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. BY SUBMITTING A BID YOU ARE INDICATING THAT YOU ARE CAPABLE OF- AND WILLING TO OBTAIN INSURANCE THAT MEETS THESE REQUIREMENTS. WORK ON THIS PROJECT WILL NOT BEGIN UNTIL THE SUCCESSFUL BIDDER HAS SUBMITTED PROOF THAT THE PROPER INSURANCE HAS BEEN OBTAINED. PROOF OF PROPER INSURANCE MUST BE RECEIVED BY THE CITY WITHIN 20 BUSINESS DAYS OF NOTIFICATION OF AWARD, OR AWARD MAY BE WITHDRAWN. Date Ruth Fletche^, Purchasing Officer 3/1/94 CITY OF CARLSBAD OPEN MARKET CONTRACT NO. 3347 DEPOT LIGHTING PROJECT CONTRACTOR'S PROPOSAL City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 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 Open Market Contract No. 3347, 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 lump sum price: Item No. Description 1. Construct street light bases, install appurtenant conduit, wiring, and switches. Install street lights per attached Plan and Specifications for the lump sum price stated below. Total amount of bid in words: FIVE THOUSAND SEVENTY SEVEN DOLLARS AND NO/100 Total amount of bid in numbers: S 5,077.00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). N/A has/have been received and is/are included in this proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. 3/1/94 The Undersigned agrees that in case of default in executing the required Contract with necessary insurance polices within twenty (20) days from the date of award the City may, at its discretion, withdraw the award. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 219097 } classification C-10 which expires on 1 /31/96 . and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, 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 inducted 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. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires 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 and continue to comply until the contract is complete. 3/1/94 6 The Undersigned is aware of the provisions of the 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. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor, I (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. I ** © 3/1/94 1 J IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State Zip Code Telephone No. 3/1/94 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted SATURN ELECTRIC, INC. (2)R.S. DUDEK Signature VICE PRESIDENT Title Impress Corporate Seal here (3) (4) Incorporated under the laws of the State of CALIFORNIA Place of Business 7552 TRADE. STREET (Street and Number) City and State SAN DIEGO. CA (5) Zip Code 92121 Telephone No. 619/271-4100 NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: RONALD J. DUDEK PRESIDENT ROBERT S. DUDEK VICE PRESIDENT THOMAS J. DUDEK VICE PRESIDENT JOANNE E. DUDEK SECRETARY 3/1/94 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of On /Q'1-14' No. 5907 \ME. TITLE 9F OFFBER - E.G., MAME DOE, NOTARY PU1LIC"DATE personally appeared Q'personally known to me - OR - CECILY M. GIPSON COMM.#974186NOTARY PUBLIC - CALIFORNIA «SAN DIEGO COUNTY 2 Expires Sept. 27, 1996/'w-'n'^v'vvx'v-vv NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. official seal. k. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL INCO TITLE(S) D PARTNER(S) D LIMITED D GENERAL D ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ©1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors 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 and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." 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 sub-contractor. Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Code N/A 3/1/94 10 AMOUNT OF SUBCONTRACTORS' BIDS 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. Full Company Name N/A Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid fS or %1 * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 3/1/94 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. SEE ATTACHMENT .J (£ 3/1/94 1 I i i I i i I I I I I I I I I I A \/ ARIA^ & (~O 7676 HAZARD CENTER DRIVE. SUITE 450 u ABIAC ArrniiMTAKirvrnRpnBATinsi AKlAi CX \*\J. SAN DIEGO. CALIFORNIA 92108-4507. V. ARIAS ACCOUNTANCY CORPORATION A PARTNERSHIP INCLUDING ALFONSO V ARIAS JR AN ACCOUNTANCY CORPORATION TELEPHONE (619) 296-2123 DAVID B. LARSEN CERTIFIED PUBLIC ACCOUNTANTS FACSIMILE (619)296-3329 To the Board of Directors and Stockholders of Saturn Electric, Inc. 1 We have reviewed the accompanying balance sheet of Saturn Electric, Inc. as of April 30, " 1993 and the related statements of income, retained earnings, and cash flows for the year then ended in accordance with Statements on Standards for Accounting and Review Services I issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Saturn Electric, Inc. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less hi scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. 0\.\j. July 21, 1993 -1- SATURN ELECTRIC, INC. STATEMENT OF INCOME AND RETAINED EARNINGS For the Year Ended April 30, 1993 I I I I I I I I I I I I I Contract revenues Cost of contract revenues Gross margin Operating expenses Loss from operations Other income Interest Dividends Gain on sale of securities Other income Loss before provision for income taxes Income tax benefit Net income Retained earnings, beginning of year Retained earnings, end of year $3,545,362 2.782.285 763,077 980.187 (217,110) 13,782 74,563 67,959 82 156.386 (60,724) 106.679 45,955 763.041 See accountants' report and notes to the financial statements I SATURN ELECTRIC, INC. STATEMENT OF CASH FLOWS For the Year Ended April 30, 1993 Cash flows from operating activities Net income Adjustments to reconcile net income to net cash provided by operating activities Depreciation Compensation paid by note Gain on sale of securities Changes in assets and liabilities Accounts receivable Prepaid expense Costs and estimated earnings in excess of billings on uncompleted contracts Accounts payable and accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts Taxes payable Deferred income taxes Total adjustments Net cash from operating activities Cash flows from investing activities Investment in marketable securities Proceeds from sale of marketable securities Investment in cash value of life insurance policy Property and equipment expenditures Net cash from investing activities Net increase in cash Cash at beginning of period Cash at end of period Supplemental Disclosures of Cash Flow Information Cash paid during the year for taxes S 45.955 9,882 195,666 (67,959) (203,531) 34,710 (190,378) 166,099 142,119 4,899 H06.233) (14.726) 31.229 (721,157) 1,054,747 (4,012) aen 329.417 360,646 99.042 $ 459.688 See accountants' report and notes to the financial statements " * .. * •* -. "• • •• -4- :. . •'•• SATURN ELECTRIC, INC. NOTES TO FINANCIAL STATEMENTS Note 1. Tl>«i Company and a Summary of its Significant Accounting Policies Saturn Electric, Inc. (the Company) is an electrical contractor for commercial and governmental projects. Work is performed primarily under fixed-price contracts. The Company grants unsecured credit to its customers which consist primarily of general contractors hi the San Diego, California area and governmental entities. following is a summary of the Company's significant accounting policies: Revenue from Construction Contracts For financial reporting purposes, the Company reports revenue from construction contracts under the percentage-of-completion method of accounting. Under this method, an estimated percentage for each contract, determined by costs incurred to date as a proportion of total costs projected by the Company, is applied to total estimated profit. Contract costs include direct material, equipment, labor, subcontract and those indirect costs related to contract performance, such as indirect labor and maintenance costs. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on incomplete contracts are made hi the period hi which such losses are determined. Changes in job performance, job conditions, estimated profitability and final contract settlements may result in revisions to costs and income and are recognized in the period hi which the revisions are determined. Claims for additional contract revenue are recognized when realization is assured and the amount can be reasonably determined. Marketable Securities Marketable securities are carried at the lower of their aggregate cost or market resulting in the current portfolio being carried at cost. Investment securities transactions are recorded on a trade date basis. The decision to purchase investment securities is based on a current assessment of expected economic conditions including the interest rate environment. The determination to sell investment securities is based on management's assessment of changes in economic, or financial market conditions, interest rate risk, balance sheet and liquidity positions and the risk profile of the company. In the case that investment securities are sold, gains and losses are computed under the specific identification method. Property and Equipment Property and equipment, including renewals and betterments, are recorded at cost. Property and equipment are depreciated over their estimated useful lives using principally the declining-balance method. Repairs and maintenance are expensed as incurred. -5- i NOTES TO FINANCIAL STATEMENTS, continued Note 1. The Company and a Summary of its Significant Accounting Policies, continued Income Taxes The Company follows the provisions of Financial Accounting Standards Board Statement No. 109 Accounting for Income Taxes. Under these provisions deferred income tax assets and liabilities are established for temporary differences between financial statement and taxable income. Temporary differences exist principally from the use of the percentage-of-completion method for financial reporting purposes and the completed-contract method for income tax purposes. Cash and Cash Equivalents For purposes of the statement of cash flows, the Company considers all investment instruments purchased with a maturity of three months or less to be cash equivalents. Note 2. Contract Receivables Contract receivables consist of die following: Completed contracts, including retentions of $ -0-. Uncompleted contracts, including retentions of $-0-. . Note 3. Costs and Estimated Earnings on Uncompleted Contracts Costs incurred on uncompleted contracts Estimated earnings Total construction in progress Less billing to date Included in the accompanying balance sheet under the following captions: Costs and estimated earning in excess of billings on uncompleted contracts April 30. 1993 $1,900,093 250.369 2,150,462 2.465.541 $ G15.0791 $ 246,904 Billings in excess of costs and estimated earnings on uncompleted contracts 561.983 $ (315.079) -6- NOTES TO FINANCIAL STATEMENTS, continued Note 4. Property and Equipment Property and equipment consists of the following: April 30. 1993 Vehicles $ 150,324 Office equipment 45,605 Shop equipment 42,942 Leasehold improvements 31.583 270,454 Less accumulated depreciation 242.518 S 27.396 Depreciation expense for the year ended April 30, 1993 was $9,882. Note 5. Income Taxes The provision for income taxes is as follows: April 30. 1993 Current $ 18,484 Deferred . (125.163) S (106.679) The following reconciles income taxes reported on the statement of income to the income taxes that would be obtained based on applying the federal statutory rate to pre-tax income: Benefit based on statutory rates $ (20,646) Permanent differences (20,005) State income tax 12.859 Tax benefit of carry-forwards (56,244) Graduated rates 10,465 Adjustment of deferred tax rate (33.108") $ (106.679) For income tax reporting purposes, the company has an AMT tax credit carry-forward of $10,428. This credit is available to offset future regular tax. The credit has been recognized for financial statement purposes as a deferred tax asset. The net deferred tax liability included in the balance sheet consists of the following components: Deferred tax liabilities $ 73,059 Deferred tax assets • 11.719 $ 61.340 -7- ' NOTES TO FINANCIAL STATEMENTS, continued Note 6. Leases The Company leases its premises from its majority stockholder and president under an operating lease which expires December 1, 1997. Rent payments are subject to an annual cost of living increase if the increase in the Consumer Price Index exceeds 12%. Rent expense under this lease was $55,900 for the year ended April 30, 1993. The Company leases a vehicle under an operating lease which expires November 26, 1993. Rent expense under the vehicle lease was $8,301 for the year ended April 30, 1993. Future minimum payments under these leases for the years ending April 30 are as follows: 1994 1995 1996 1997 1998 and later $68,950 68,400 72,000 75,600 52.000 Note 7. Retirement Plans The Company maintains a money-purchase pension plan and a profit-sharing plan for its eligible nonunion employees. It is the Company's policy to fund all retirement plan contributions when due. Pension plan expense, which is based upon 10% of qualifying employee salaries, was $33,065 for the year ended April 30, 1993. Profit-sharing plan expense was $23,325 for the year ended April 30, 1993. The Company contributes to a multi-employer defined benefit pension plan for its union employees. Total contributions were $59,457 for the year ended April 30, 1993. Note 8. Line of Credit The Company has a revolving line of credit agreement with a bank for a maximum of $250,000 which expires September 3, 1993. Interest on outstanding advances is payable monthly at prime plus 1 %. The line of credit is secured by substantially all of the Company's assets and is guaranteed by the majority stockholder. There was no balance outstanding under the line of credit at April 30, 1993. Note 9. Related party transactions The company has a 12% demand note payable to a share holder. The note is subordinated to the bank and the Company's bonding agency. The shareholder has agreed not to demand payment during the current operating cycle. The Company also leases property from a shareholder. See Note 6. -8- 12 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is 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 telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed 7/89 10/90 9/88 Name and Address of the Employer CITY OF CARLSBAD C-8421 U.S. NAVY STREET LTG-RAMONA COUNTY OF SAN DIEGO Name and Phone No. of Person to Contract DOUG DUNCANSON 434-2862 CHARLIE PETERSON 524-4544 GIL SCOTT 694-3158 Type of Work EXTERIOR LIGHTING STREET LIGHTING STREET LIGHTING Amount of Contract 100,000 30,000 50,000 3/1/94 1 J 13 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of ) ROBERT S. DUDEK , being first duly sworn, deposes (Name of Bidder) and says that he or she is VICE PRESIDENT (Title) of SATURN ELECTRIC, INC. (Name of Firm) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 7 day of OCTOBER , 19 94. Signature of Bidder Subscribed and sworn to before me on the day of , 19 . (NOTARY SEAL) Signature of Notary 3/1/94 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 - E.G., "JANE DOE, NOTARY PUBLIC" I On personally appeared personally known to me - OR - *s^*~~ CECILY M. GIPSON COMM.#974186 r NOTARYPUBLIC-CALIFORNIA g SAN DIEGO COUNTY -* NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand anft official seal. SIGN NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DjNDIVIDUAL BCORPORATBOFFICER TITLE(S) PARTNER(S)U LIMITED D GENERAL D ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: I OF RERSON(S) OR EKD/WIES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ©1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 14 OPEN MARKET CONTRACT - PUBLIC WORKS This agreement is made this 17 day of NOVEMBER . 19 9*> . by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and SATURN ELECTRIC. INC. whose principal place of business is 7552 TRADE STREET. SAN DIEGO, CA 92121 .(hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Open Market Contract documents for: DEPOT LIGHTING PROJECT CONTRACT NO. 3347 (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 Open Market Contract Documents. 3. Open Market Contract Documents. The Open Market Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Designation of Subcontractors, Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Open Market 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 through the life of the Contract, the City will be the interpreter of the intent of the Open Market Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 3/1/94 15 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to be set forth in the terms of the contract. Below is such a summary. However, contractor should refer to Public Contract Code section 20104.50 for a complete statement of the law. The city shall make progress payments within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If payment is not made within 30 days after receipt of an undisputed and properly submitted payment request, then the city shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after receipt, determine whether the payment request is a proper payment request. If the city determines that the payment request is not proper, then the request shall be returned to the contractor as soon as practicable but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the payment request was not proper. If the city fails to return the denied request within the seven (7) day time limit, then the number of days available to the city to make payment without incurring interest shall be reduced by the number of days by which the city exceeds the seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion of the final payment designated by the contract as "retention earnings". 3/1/94 16 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at 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, whether anticipated or not, in order to overcome 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 conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension 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. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. 3/1/94 17 In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to me resolution of disputes and protests between the contracting parties. 8. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications 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 litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the City Manager pursuant to Carlsbad Municipal Code Section 3.28.172. 9. Immigration Reform and Control Act. Contractor certifies he is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 10. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 11. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify 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 or in connection with the performance of the Contractor or work; or from any failure or alleged failure of 3/1/94 18 Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting direcdy or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or odier dispute resolution method. 12. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insureds. 2. Automobile Liability Insurance: SI,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite. whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 3. ' Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability and Automobile Liability Coverages: 3/1/94 19 1. The City, its officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (G) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (F) WAIVER OF SUBROGATION - All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. 3/1/94 20 (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact the business of insurance by the Insurance Commissioner under the standards specified in by the City Council in Resolution No. 91-403. (I) VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. £J) COST OF INSURANCE - The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims Act (Section 900 et seq of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. 14. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the 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 Labor Code are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 3/1/94 21 17. 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 included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correcdy inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 18. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Contractor (CORPORATE SEAL) Print Name of Signatory Signatiy?eof Signatory Print Name of Signatory Signature of Signatory Title CITY OF CARLSBAD, CALIFORNIA Assistant City Manager 3/1/94 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 RCER - E.G., -JANE DOENOTAY PUBLIC" i personally appeared [Impe (J I ' NAME(S) OF SIGNER(S) ersonally known to me - OR - D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.CECILY M. GIPSON COMM.#974186 (NOTARYPUBLIC-CALIFORNIA g SAN DIEGO COUNTY 2 MyComm. Expif«« S«pt. 27.1996*.uJ»j«jrv^»ir«.Jw-i|«-«»-irV-V-V-»»~»^WIT official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL 0" CORPORATE OFFICEfl A Tm.E(S) D PARTNER(S)l_l LIMITED D GENERAL D ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ©1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 22 Purchasing Department Representation and Certification The following representation and certification are to be completed, signed and returned with proposal. I am currently certified by: Certification #: (Check appropriate Ethnic Business Type) REPRESENTATIONS: Mark all applicable blanks. This offerer represents as part of this offer that: ETHNIC CODES Caucasian Black Hispanic Asian-Pacific MALE X' FEMALE CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offerer represents as a part of this offer that: This firm is business. This firm is owned business. _, is not _, is not a minority a woman- DEFINITIONS: MINORITY BUSINESS ENTERPRISE: 'Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members, he Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. WOMAN-OWNED BUSINESS: A woman-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. COMPANY NAME NAME ADDRESS TITLE CITY.STATE AND ZIP SIGNATUBe" TELEPHONE NUMBER DATE J 3/1/94 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT £3232322 No. 5907 \- I personally appeared .S [^e NAME(S) OF SIQNER(S) personally known to me - OR - D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.COMM. #974186 NOTARY PUBLIC-CALIFORNIA CO SAN DIEGO COUNTY 2 .27, 1996 /WITNESS my hand andtofficial seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER U INDIVIDUAL B'CORrtDRATE OFFICE! TITLE(S) P) D PARTNER(S)LIMITED GENERAL l_l ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGN NAME DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ©1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 NOU-30-1994 16=08 FROM CflL CflS/CftLCO TO 4341937 P.22 VOIDS & SUPERSEDES CERTIFICATE ISSUED 11/18/94 WITH REVISIONS Cmleo ins Brokers « Agents USD Frtz«e Road F.O. Bgx 05371 San Diego, CA 92186-5371 619-260-384C MtUMD Saturn Electric, Inc. 7552 Trad« Stra«t Stn CA 82121 mIS VEKIIHwXfc IS ISSU&D AS A MAI ten Or InrQnMAllUN ONLY ANP CONFERS NO RIGHTS UPON THE CERTFICATE HOLDER. THIS CERTIFICATE DOES HOT AMEND, EXTEND Oft ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COWAWY .LETTER A CA Casualty Indemnity Exchang CQlfUW BLETTER B American Automobile Ins. Co. «UTTER C The ftBttrlean Insurance Compin SMTD LETTER t^JrtR#Wj>&mH^aftii4v»^^ a=aM*8"««M<*)Mg^^g*<i«WW'iWMi;i;i}:au:«6*H THIS IS 1OCERTIFY THAT THEPOUOES OF INSURANCE LISTED BELOWHAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PQUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONOITONOF ANY CONTRACT OR OTHER DOCIJMFNT WlTHB(?SPECT TQWWICW THIS OenTIFICATE MAY BE ISSUED On MAY r>EIH AlN, THE (NSUnANOE AFrORfSCD Dv Tl C POLlClCG DCSCRtDCD HEREIN 13 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OP SUCH PQUCrES. LMTS SHOWNMAY HAVE B£EN REDUCSD BY PAID CLAMS. CO LT1 P«.MVNWMDCR peuev CXPKATIOM I>IMIT* GENERAL UWILITY EiNERAl I!ABILITY CUUMS MAM I X i OCCUR. CONIWCWS FROT. 5ENOUt AB8MEAT? 8H1MZG806Q1Z45 10/01/94 10/01/95 EACH OCCOHRtNtE Flffi OAMA6S (Any ore !ittl 2000000 2000000 10QOOOO 1000000 50000 6000 AW AUTO All ONKD AHT3S SCHEOULfD AUTOS NKD ADTOS NON-DWIf D AUTDS GAfUK LIABIUrV 8HTMZA80U2719 10/01/94 10/01/95 COMBIMD SN6U LIMIT 1000000 9t»ir(Per ptrurt BOOlir INJURTIf et DUMAS EXMSSUABUTT IMBKUA FORM OTHER THAN IW6HELU IT»N X I STATUTDCT WC79010512-04 10/01/94 10/01/»5 EACH ACCIDENT 1000000 1 1000000 BStASt-tACH 1000000 omm oFBUTioNan.oe«T>DNalveHiDLEa)areciM. ITBMi Re: Contnct *3347, Depot Lighting Project. Cert holder is >ddl insured en is namvd as primary add 11I ona I tnsurod per CG2010 attaehod. natIcc except 10 days for non o»vment of auto I i«bI i i ty A 30 days «>neel I ion City of Carlsbad Attn: Purchasing Dept. 1200 Carlsbid VI I Is9« Or Carlsbad, CA 92089 SHOULD ANY OF THE ABOVE DESCRIBED PCLCIES BE CANCELLED BFPORF THP EXPIHATTDN DATE THEREOF, THE ISSUING COMPANY WtU->WCSXW»XXB MAt 30 DAYSWRITTENNOTCSTO THECEftTIHCATE HOLDEftNAWEDTOTHE 1S0108000 NOU-30-1994 16=09 FROM _CflL CfiS/CALCO JO 4341937 p Q3 C Additional Insured - Owners, Lessees or Contractors (Form B) CO 20 1 CM 1-85 Policy Amendment General Liability INSURED: eA^,0««B^™,^ POLICY NUMBER:SATURN ELECTRIC. INC. Ml MZQS0601245 PRODUCER; CALCO1NS mOKEHS & AQgNTS AFFECTIVE DATE:10/01/94 SCHEDULE Name Of Person Or Organization: cn-y op I ATTN: PURCHAStNG DEFT. 120O CARLSBAD VILLAGE DR. CARLSBAD, CA 92088 (IF NO GNTRY APPEARS ABOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) WHO IS AN INSURED (Section II) is amended to in- liability rising out of yo«r work for that insured by etude ss an insured tne person or organisation or for you. shown in the Schedule, but only with respect to PRIMABY INSURANCE ENDORSEMENT . It is agreed that such insurance is afforded by this poficy for the benefit of OATURN ELECTRIC, INC, shaft be primary as respects any claim, lose or Ifcabaity arising curt of the subcontractor's operations or by its independent contractors and any utrter insurance maintained by the above referenced additional insureds shall be non-contributory with the insurance provided nereunder. . . CONTRACT #3347, DfiPOT UGKT1NSJob: Tins Hxm musi <m atuivjiea (O Change tfioer««neni «>nm iuu«d after tn« Poftey is wriftwv. ONE Of THP HAEUAN'S FUND 1NSURAMCE COMPAMISS AS NAMED IN TH£ POUCY Protdent •'* CB=QI« ti K ConuMi Cooyn^mta wattrial <x iniwanci Svviet* oiflct, inc., t98« NOU-30-1994 16:10 FROM CAL CAS/CALCO TO 434198? P.04 SATURN ELECTRIC, INC. CALCO INSURANCE BROKERS & AGENTS 8H1MZA8014Z718 1O/1/94 Policy Number Commercial This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED - AUTO LIABILITY This endorsement mndtFJps insurance prnvirfptf «nri*?r rhi» following.: BUSINESS AUTO COVERAGE fc'OKM This endorsement changes che policy effective on Che inception date of the policy unless another dace is indicated boLow- Endorsement Effective Nara«d Insured Countersigned by (Authorized Representative) Mane of Person or Organization: SCHEDULE CITY OF CARLSBAD ATTNs PURCHASING DEFT. 1200 CARLSBAD VILLAS C OH. CARLSBAD, CA 82088 (TF NO ENTRY APPEARS ABOVE. INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN W THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) 1. The person or organization shown in che schedule above is an Additional Insured under to is policy but unly cu cii« «JLC«UC. chit che (jei^ou ot ocgda- izaCion is liable for the conduce of an "insured" as defined in subparagraphs a. and b. of Section II, paragraph A.I. WHO IS AM IMSUKEU ot the policy. However, if you have hired or borrowed a covered "auto" from thac person or organization, they are an additional insured only if the hired or borrowed covered "auto" is a "trailer1* connected to a covered "auco" you own. ALL OTHER TERMS AND CONDITIONS OF THE POLICY APPLY TOTAL P.04 ISSUE DATE (MM/DOW) 11/18/94ISI5MRANQE :alco Ins Brokers & Agents '1450 Frazee Road P.O. Box 85371 San Diego, CA 92186-5371 619-260-3846 Saturn Electr ic, Inc. 7552 Trade Street San Diego CA 92121 OKiI HIS CERTIFICAlt IS ISSUED AS A MATTfcK Or- INhUKMAIlUN UNLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY . LETTER A CA Casualty Indemnity Exchang COMPANY D LETTER O American Automobile Ins. COMPANY - LETTER U The Amer ican Insurance Compan COMPANY r, LETTER D COMPANY _ LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITIONOF ANY CONTRACT OROTHER DOCUMENT WITHRESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS. POLICY NUMBER POLICY EFFECTIVE DATE (MM/DO/YY) POLICY EXPRATMN, DATE(MM/DD/YY) LIMITS GENERAL LIABLITV COMMERCIAL GENERAL LIABILITY |ClAIMS MADE I Xl OCCUR. OWNER'S & CONTRACTOR'S PROT. GENERAL AGGREGATE 8H1MZG80601245 10/01/94 10/01/95 PRODUCTS-COMP/OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one lire! MED. EXPENSE (Any one person! 2000000 2000000 1000000 1000000 50000 5000 AUTOMOBLE LIABLITV X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY 8H1MZA80142719 10/01/94 10/01/95 COMBINED SINGLE LIMIT 1000000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE EXCESS LIABLITV UMBRELLA FORM OTHER THAN UMBRELLA FORM EACH OCCURRENCE AGGREGATE WORKER'S COMPENSATION AND EMPLOYERS'LIABLITV X I STATUTORY LIMITS WC78010512-04 10/01/94 10/01/35 EACH ACCIDENT 1000000 DISEASE-POLICY LIMIT 1000000 DISEASE-EACH EMPLOYEE 1000000 OTHER DESCRFTION OF OPERATIONSILOeATIONSIVEHICLESISPEeiAL ITEMS Re: Contract #3347, Depot Lighting Project. Cert holder is named as primary additional insured per CG2010 attached. 30 days cancellation notice except 10 days for non payment of premium. CERTIFICATE HOLDER, Ci ty of Car Isbad } Attn: Purchasing Dept. 1200 Carlsbad Vi11 age Dr. Carlsbad, CA 92088 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL XHHEMMORXKX MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE AUTHORIZED 150108000 Additional Insured - Owners, Lessees or Contractors (Form B) CG 20 10 11-85 Policy Amendment General Liability INSURED: SATURN ELECTRIC, ,NC. P°UCY NUMBER: 8H1MZG80601245 PRODUCER: CALCOINS BROKERS & AGENTS EFFECTIVE DATE:10/01/94 SCHEDULE Name Of Person Or Organization: crrY OF CARLSBAD ATTN: PURCHASING DEPT. 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92088 (IF NO ENTRY APPEARS ABOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) *'HO IS AN INSURED (Section II) is amended to in- liability arising out of your work for that insured by .«ude as an insured the person or organization or for you. shown in the Schedule, but only with respect to PRIMARY INSURANCE ENDORSEMENT It is agreed that such insurance is afforded by this policy for the benefit of SATURN ELECTRIC. INC. shall be primary as respects any daim, loss or liability arising out of the subcontractor's operations or by its independent contractors and any other insurance maintained by the above referenced additional insureds shall be non-contributory with the insurance provided hereunder. ... CONTRACT #3347, DEPOT LIGHTING PROJECT. This Form must be attached to Change Endorsement when issued after the Policy is written. ONE OF THE FIREMAN'S FUND INSURANCE COMPANIES AS NAMED IN THE POLICY President CG2010 11-85 Contains Copyrighted Material of Insurance Services Office. Inc.. 1984 23 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the owner shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 3/1/94 24 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 3/1/94 25 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title_ Name Signature, Address Title Name Signature, Address Title Name Signature, Address 3/1/94 26 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title Name Signature. Address For Contractor: Title Name Signature. Address For Escrow Agent: Title Name Signature. Address 3/1/94 RELEASE FORM aw THIS FORM SHALL BE SUBMITTED AND APPROVED PRIOR TO APPROVAL OF MONTHLY PROGRESS PAYMENTS NAME OF CONTRACTOR: "* PROJECT DESCRIPTION: •am PERIOD WORK PERFORMED:_ The above-named Contractor hereby acknowledges upon payment in the full amount specified all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed work or claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ DISPUTED WORK/CLAIMS DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED fOR ESTIMATE) The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as disputed work/claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period will be paid according to Public Contract Code Section 20104.50 and Business and Professions Code Section 7108.5 and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.; By: Title: By:_ Title: 3/1/94 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1-1 TERMS To Section 1-1, add: A. 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. B. 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. G. 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. D. 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. 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representative 3/1/94 29 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furnish Engineer 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. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act and other similar laws. 3/1/94 30 6-7 TIME OF C To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:00 a.m. and sunset, from Mondays through Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. 6-8 COMTPT-rcTTON AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) 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, at his expense. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on City property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. 3/1/94 31 Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control 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. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 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 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 time, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 3/1/94 32 SPECIFICATIONS FOR CARLSBAD DEPOT LIGHTING PROJECT NO. 3347 1. Streetlight poles and fixtures will be supplied by the City. The Contractor shall have the men and proper equipment on-site to unload the poles and fixtures on the day of delivery. The City will inform the Contractor of the scheduled delivery date, but will not be liable to the Contractor for any additpnal costs if the poles and fixtures are not delivered on the scheduled date. 2. The Contractor shall begin work at the site no earlier than 10 working days before the poles and fixtures are to be delivered. 3. Foundation for street lights shall be per S.D.R.S.D. E-l, Anchor Base Foundation, with a modified footing depth of 3'6". Anchor bolts shall be per Centrecon Drawing No. Q9132A. 4. Grounding of street lights shall be per S.D.R.S.D. E-2, Non-Metallic Conduit, anchor base foundation. 5. Location of street lights shall be as shown on the following site plan. 6. Conduit shall be 1-1/2 inch PVC, Schedule 80, installed a minimum of 18 inches below original ground. 7. A No. 3 1/2 box shall be provided for each street light. Specification and installation of the pullbox shall be per Carlsbad Standard Drawing GS21. The location of the pullbox shall not exceed 2 1 /2 feet from the pole. 8. Conductors shall be Copper #8 THHW. 9. Any plants, trees, or landscaping damaged by the Contractor shall be replaced in kind. 10. Any irrigation lines damaged by the Contractor shall be repaired to the satisfaction of the engineer. 11. One IP 30 amp circuit breaker shall be installed in the existing meter pedestal to service the streetlights. Connection to the circuit breaker shall be through the side of the meter pedestal using an LB adapter. 12. The Contractor has the option of installing a second identical circuit breaker, LB adapter and circuit to reduce trenching requirements, shown on the site plan as the two circuit option. The circuit routing shown on the site plan is schematic only. 3/1/94 33 13. Any concrete sidewalk removed to facilitate trenching shall be replaced by removing all sidewalk to the nearest score line or expansion joint and repouring the entire sidewalk panel. Concrete shall be minimum 520-G-2500, 4 inches in thickness. 14. Conductor splices shall comply with Sections 86-2.09C, 86-2.09D ADN 86-2.09E of the Caltrans Standard Specifications, 1988 Edition. 15. A fuse shall be provided per Section 86-2.095 of the Caltrans Standard Specifications, 1988 Edition, except that it shall be located in the base of the pole and be accessible through the hand hole. 16. Trenches for conduit shall be excavated and backfilled the same working day. 17. Excavations for street light foundations shall be barricaded to the satisfaction of the engineer. 18. The Contractor acknowledges that this work is taking place in the right-of-way of the North County Transportation District. Any permits required to perform this work will be obtained by the City. 19. The time for completion of this project shall be 15 working days which shall commence 10 working days before the delivery of the poles and fixtures.f 20. The City will obtain, at no cost to the Contractor, the electrical permit required to connect an additional circuit to the existing meter pedestal. 21. Contractor shall supply and install a 100 watt H.P.S. Lamp as shown on Centrecon Drawing Q9132A for each fixture. Photoelectric cells will be supplied with the fixtures. 3/1/94 CARLSBAD INFORMATION CENTER PROPOSED STREET LIGHT LOCATIONS PIONEER 34 CO 138 ESCCWD/iO /WE STE 2O( V(ST7)/cq. 92084 LEBEND aiMGLE CIRCUIT TWO CIRCUIT OPTION/ 35 LOCATION MAP \ i i SITE 1 PROJECT NAME I VISITORS DEPOT LIGHTING PROJECT NUMBER 3347 DRAWN BY: SCOTT EVANS, CARLSBAD ENGINEERING DEPT. ' -LI \ I1 11 5PW ALUMINUM IDF C.LOBE: SECTION FURNISHED W BLUE,.51NC\JMR*SIU BIOS T ALUMINUMCAKTAL 13C1 TOP ~ N| CAPITACOLLAK >i.MEVI AS TOP'SlN K7°5 INPUT TERMINAL BLOCK \\HL~ f l»Dl£ ftif- FS CfiLLmrOLFS REOD. p"O.D. ROUND CAST LLAiALUM. TOP COLLAH f, CAPITAL PA1MTEP liLUF, SINCLAIR («S.IN 3 BIOS PilEVrRE'iSlNSSIEtLWIRE,AS^^A A-1tl — 11 tA.irmAL •» n tLWiijEAT yVmCH.ASTM A-B1 -&RDUMD LINF LONGITUDINAL fwmt WELDED TO bWIBE, AVIM A- HiWELDED TO bl'IKAL 'V" AL«K& RATS SCALE I/-I'.I TtflCAL. POLE SECTION BOUT CI(1CLE n »n • i THICHtALV. ^TEEL IL^TECL A^tM A -3U CITY OF CARLSBAD g.SCMEDF< I.DA re BASE TLATE FOR Nurc.111,) CEMENT ABTM C-150 T*PE III, f 6 iU OAvS - VUOO PSI. (t.) IOOW HP^. lEOV.TYFFHi: DliTIRIBUTIOM '3.1 HUISH- I US f,ft«/ O1MEVST TEEtATtG Ti-/, tLfcdi ECCVL E1CFOSEt>FMSU(LES« REICITY OF CARLSBAD. CA._AppnovALf=%B u ut^i/ V «"lUi P/=)CiRC UGHTIAJdj 114 1 zn -i^TO i . RF r. j - v^'^2 * J 3E>1*i CENTRECON, Inc. ' PEE. APP1 ti UWf5r — ! T-W- IIILI vBS- 4 w/ I"S(J1 MODIFIED FIXTURE ?l'"lINOHEL °" "T.C. "•" :f/'fi?'/H,^ -( /,./«? . ""T/22/< G^BZ Arm Length 8' max Curb Overhang 1' min Core 5 dia 12" high (mini • Select Sand, 95% minimum relative compaction.560 - C - 3250 P.C.C. Anchor base square or round, add 1' to each dimension for loose soil or soft clay conditions. 18"2' - 6" DIRECT BURIAL FOUNDATION POLE HEIGHT 25' t 2' 28' ± T 23' - 0" 26' - 6" MOUNTING HEIGHT IT ± r 30' r T 26' - 9" 30' - 0" LAMP SIZE (WATTS) 170 M.V. 100 H.P.S. 90 L.P.S. 400 M.V. 250 H.P.S. 180 L.P.S. 70 H.P.S. 150 H.PS. Finished Grade Anchor bolts must not protrude. ANCHOR BASE FOUNDATION ; '/4" minimum lolt clearance Anchor Bolts (4 req.) 1"x36"x4" hook, galvanized. Use two leveling nuts with washers (all galv.) on each bolt Revision Table BY Approved 7HA Date SAN DIEGO REGIONAL STANDARD DRAWING STREET LIGHTING STANDARD ^COMMENDED 9V THE SAN OIEGQ REGIONAL STANDARDS COMMITTEE Coomwor R C.E. .380/ DRAWING - ., NUMBER t-l JL / 8 copper wire grounded to pole steel with lug STEEL CONDUIT Clamp—, ffi JL # 8 copper wire grounded to pole steel with lug •—(2) NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION See Detail A Attach ground wire under anchor nut - 1/2" Rigid steel Conduit 7 STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION Steel Conduit Anchor Rods 1 ) 3/4"x 8' capper covered steel ground rod.>•—/•—v 2 ) Alternate Ground: 15' no. 4 bant stranded *~^ copper wire, coiled. •—«v 3 ) Approved non-metallic conduit. s_x f~*\ 4 j Steel conduit.DETAIL A RECOMMENDED IV THE SAN DIEGO REGIONAL STANDADOS COIMMTTEE K.C.E. 13107 DM DRAWING NUMBER E-2 SAN DIEGO REGIONAL STANDARD DRAWING GROUNDING OF CONCRETE LIGHTING STANDARDS Revision By Approved Date f •LIP 1/2" MIN. 3/4" MAX.1/8" EDGE TAPER PRECAST REINFORCED CONCRETE 7 -\\-_SCP/a; ••-•*•• ° VR/: // o CLEAN CRUSHED ROCK '/2"MAX FINISHED GRADE SECTION A-A SECTION B-B MOLDED LETTERS •1/8" DEEP (SEE NOTE 2] Z 7/ TRAFFIC SIGNAL PLAN TYPE 31/2 5 COVER EDGE THICKNESS 1 3/4" 2" MIN. DEPTH BOX AND EXTENSION NO EXTENSION 22" L* 15 3/8" 23 1/4- W* 10 l/8- 13 3/4- R 1 1/8' 1 1/4" TOP DIMENSION i £ 1 1 r d\j R V 4" O.C. 1 I ^ 4" O.C. / ' V, V / /iv ^ J / I 1 , 3/8"* DEF. STEEL BARS COVER REINFORCING PLAN NOTES: I 1 . USE STEEL COVER WHEN SUBJECTED TO TRAFFIC LOADS. 2). PULL BOX COVER SHALL BE MARKED "STREET LIGHTING" WHERE PULL BOX CONTAINS STREET LIGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHALL BE ADDED WHERE VOLTAGE IS ABOVE 600 VOLTS. 3). THE L AND W DIMENSIONS OF THE COVER SEAT SHALL BE 1/8" GREATER THAN THE COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROUND PULL BOX. REV. APPROVED IDATE CITY OF CARLSBAD PULL BOX FOR TRAFFIC SIGNAL AND STREET LIGHTING ENGINEER DATE SUPPLEMENTAL STANDARD NO.