Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Select Electric Inc; 1997-01-21; 3501
Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: 1188 '1\ NOTICE OF COMPLETION o• tt 1997=0209838 06-MAY-1997 11=15 AM OFFICIAL RECORDS SAM DIEGO comm RECORDER'S OFFICE GREGORY SMITH, COUNTY RECORDER FEES: 0. 00 Space above this line for Recorder's use. 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on March 26, 1997. 6. The name of the contractor, if any, for such work of improvement is Select Electric, Inc. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the traffic signal at the intersection of Aviara Parkway and Four Seasons Pt., Project No. 3501. 8. The address of said property is within the limits of the City of Carlsbad. I, the undersigned, say: CITY OF CARLSBAD S, : OJ%!~ 4c7'..C Cf'/7 t3,/6!JVG!;/Z i<tLLLOYD B. HUBBS, P.E. City Engineer VERIFICATION OF CITY CLERK I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on April 22 , 1997, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Apr i 1 2 3 , 1997, at Carlsbad, California. ClTY OF CARLSBAD -1Lle-ziA K ~~/2,APA ALETHA L. RAUTENKRANZ ) City Clerk CITY OF CARLSBAD PROJECT: #3501-TRAFFIC SIGNAL AT AVIARA PKWY AND BLUE HERON PLACE CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3501 P.O. NO. P102472 ACCOUNT NO. 4057000-9060-35011-900 CONTRACTOR: SELECT ELECTRIC ADDRESS: PO BOX 1457 SPRING VALLEY CA 91979 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 1: Item 2: Street name change on southside Aviara Parkway from Blue Heron Place to Four Seasons Point. Increase to contract cost. .................................................... $ O Move traffic signal controller to N/W corner Aviara Parkway/Cormorant Drive and utilize existing conduits and meter pedestal that was designated for this signal. Increase to contract cost. .................................................... $ O TOTAL INCREASE TO CONTRACT COST ............................................... $ 0 TRAFFIC SIGNAL AT AVIARA PKWY AND BLUE HERON PLACE Change Order No. 1 Page 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: INCIPALINSPECTOR ~-\,.......... 'cz__J1 f 1--i (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: ~&~o~tiq? ~~·· ~ANAGER!tv1AYOR., (DATE) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 1/29/96 I I •• I I I I I I ·1- 1 I I I I I I •• I TABLE OF CONTENTS NOTICE INVITING BIDS ............................................................................................................ 1 CONTRACTOR'S PROPOSAL ................................................................................................... 5 BIDDER'S BOND TO ACCOMPANY PROPOSAL. ..................................................................... 11 DESIGNATION OF SUBCONTRACTORS ................................................................................ 15 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ..................................................... 17 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ................................... 18 BIDDER'S CERTIFICATE OF INSURANCE .............................................................................. 19 BIDDER'S STATEMENT OF DEBARMENT .............................................................................. 20 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ................................................................................ 21 CONTRACT -PUBLIC WORKS ............................................................................................. 22 LABOR AND MATERIALS BOND ............................................................................................. 30 PERFORMANCE BOND ........................................................................................................... 32 REPRESENTATION AND CERTIFICATION .............................................................................. 34 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ....................................................................................... 35 RELEASE FORM ..................................................................................................................... 38 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ................................................................................... 39 II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS ....................................... 48 Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS ......................................... 51 1/29/96 I I ,. I I I I I I le I - I I I I I I •• I 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 4:00 P.M. on the 17th day of OCTOBER , 1996, at which time they will be opened and read, for performing the work as follows: TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1994 Edition, and the 1995 and 1996 supplements, 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. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by another jurisdiction in California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's 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 (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 2 The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Contract 5. Designation of Subcontractors 6. Amount of Subcontractors· Bid 7. Bidder's Statement of Financial Responsibility 8. Bidder's Statement of Technical Ability and Experience 9. Certificate of Insurance 10. Bidder's Statement of Debarment 11. Purchasing Department Representation and Certification 12. Escrow Agreement for Security Deposits (optional) 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 $80,000. 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", "C10" in accordance with the provisions of state law. 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. 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 $15.00 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 City Engineer. 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 City Engineer is the City's "duly authorized officer" for the purposes of Section 4107 and 4107.5. 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. 0 1/29/96 I I ,. ·1 I I I I I le I I I I I I I •• I 3 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. ln 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. 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. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy , of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted. the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 {commencing with Section 900} of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. 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 admitted and 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. 0 1/29/96 I I ,. I I I I I I le I I I I I I I ,. I 4 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. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. · Approved by the City Council of the City of Carlsbad, California, by Resolution No. 96-284 , adopted on the 20th day of AUGUST , 19 96 ~~~~ . thaL ran lty Clerk t 0 1/29/96 I I •• I I I I I I ,_ I I I I I I I •• I City Council City of Carlsbad CITY OF CARLSBAD TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 CONTRACTOR'S PROPOSAL 1200 Carlsbad Village Drive Carlsbad, California 92008 5 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. 3501 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item No. Description 1 Traffic Signal at Se.Yt.nht -H rt Trn.J\.'~0 -,'"'(:\. i, _ Twc i-\u.,"Clv"'td .io, Fc-r:t:t-fcv, ,,._ 01/, u" Dollars (Lump Sum) 2 Signing and Striping at fu0,r Too IJ~:£~ 4:> fi $ vd /--\t.,1,r-<lo;e,d p °91 uo Dollars (Lump Sum) 3 Concrete andA.C. Work at 0 C)N Ti1ou SQ;-rd a tLDc t-h.,t..r'-c:JJ"-':d -\> 0 -Yt oo Dollars (Lump Sum) Approximate Quantity and Unit LS LS LS Unit Price NIA N/A N/A Total J175 ,.).4Y. I .51; l; 200 - 1/29/96 I I •• I I I I I I le I I I I I I I •• I Item No. Description 4 Traffic Control at 11 .. U""e th ... '-XUf'{d IQ dS/1 U0 Dollars (Lump Sum) Approximate Quantity and Unit LS Unit Price NIA 6 Total $ goo·- Total amount of bid in words: E.1 c\\"'j::1. .... \ -·-!7.;J o 7T,o u :°)e: .. r<l , D~ \-\--._u:'(:\f-(d ~ F0"<-+j- ~ 0.: /1 0--0, Total amount of bid in numbers: $ B~ I Y LJ. --------------- Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). ________ 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. 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 the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 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 9 q '7 0 3 4 , classification C -l O which expires on \ a -.:x_") -q .6 , 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 7 The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Cartsbad 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. Accompanying this proposal is ) D c,D h.\ r\r\ t rp &rd (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 8 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 ________________ _ (2) Signature (given and surname) of proprietor _______________ _ (3) Place of Business (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ IF A PARTNERSHIP, SIGN HERE (1) Name under which business is conducted ________________ _ (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 __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ 0 1/29/96 I I •• I I I I I I le I I I Ii Ii I! I 1::• 9 IF A CORPORATION, SIGN HERE (1) Name under which business is conducted S e.,\e,c.-t £ \ectr1 C I j C)C., . (2) Signature ?re S\d'en+ Title Impress Corporate Seal here (3) Incorporated under the laws of the State of C _Q \ \ tDrT\\ C\ (4) Place of Business I Y d5 7R ~:) I C::C.C~ S-\-- (Street and Number) City and State Spri OS) "\/o.lk() 1 C v:C:, (5) Zip Code 9 l q 11 'l Telephone No. 1:1 ioO -CoOb Q NOTARIAL ACKNOWLEDGMENT 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: ½cber+ E. C_han,ne_[:=) - J}ncl {'-'\. C\rcirnber~ ~--------, '?tE ';j ld-Qr\_,-\---~ '\} 1 ce_ \-feco-'-0-Q rd STATE OF CALIFORNIA couNTv oF ,Sar\ Di E;.B c, On this l 17 -t>-, day of nc;:tober , in the year 19q L, before me, the undersigned, a Notary Public in and for said State, personally appeared Rooe:r± E, CX'O.r"'1,cY)er-.s _________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name _ _____ subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. r~l C·('('Q Kc~v.J' O--!})f\v1fY'<-i-" i [ ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 Notary Public in and for said State. IL';! i==:::©::198::::2=WO:::LC::;OT::TS::, l::NC::. ==(p::rice::cl::ass::8::·2)=::::::::::;:::::::::::====:::::::::::;:::;::·--------·-----···:::.·:·--~---·· .. -~-'.-:-:.·:;---~.:-__ ·.::. :::::::::::::::::::::=::::::.::::::::::::_::::::::::::::::-:::=::: I •. I I I I I I I le I I I I I I I •• I BID SECURITY FORM (Check to Accompany Bid) (NOTE: The following form shall be used if check accompanies bid.) 10 Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of. _______________________ _ ________________________________ dollars ($ _________ _, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) 0 1/29/96 I •. I I I I I I I le I I I I I I I •• I 11 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, SELECT ELECTRIC, INC. ' as Principal, and INSURANCE COMPANY OF THE' WEST as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF ACCOMPAt.'IYING BID for which payment, well and truly made, we bind ourselves, our heirs, executors and (lO% OF BID) administrators, successors or assigns, 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: TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 in the City of Carlsbad, is accepted by the City Council, and if the 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. 0 1/29/96 I •. I I I I I I I le I I I I I I 12 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Execute9 by PRINCIPAL this of octobe.r \ 17 day , 19 q6. PRINCIPAL: SELECT ELECTRIC, INC. (name of Principal) C)_f\~~~ \:t__f'\ By:,-*\\;~\\; C:;;::c}JS:)t~ (sign here) Bober--+ E. C...~tJ'\DECS (print name here} ~c.S idef\.\ 5e\e..d [ \ e&,cl J_nc (Title and Organization of Signatory} ( j /'// ( By: W:tix, .J-fVi v /'.,tiA*. _,A:--,.-~ --4--- (s,tgn here) ,J (}o_ncl H Ct\on,be{·s (print name here) C C :'v· ' S~\ -ed. \ (')rp. :gee [€\_).J\...\ f\ -ecj:O c,~c__ (title and organization of ~ignatory) Executed by SURETY this _4_t_h ___ day of OCTOBER , 19..2.§__. SURETY: INSURANCE COMPANY OF THE WEST (name of Surety) 5725 KEARNY VILLA ROAD, SUITER. SAN DIEGO, CALIFORNIA 92123 (address of Surety} 619-279-3800 (telephone number of Surety) / JAMES H. WRIGHT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:____,-+J,-/d01& __ ---------___ i __ ----- J.Af,J E MOBALDI d'eputy City Attorney ·r;::;;========================-~--=~---~~ -~· ~=~:.::,;;;.;,.~~-.:::::· .. ~---·: ... ::::. ===~ I STATE OF CALIFORNIA COUNTY OF 00 .. f\ J)le.._§0 Ii I ACKNOWLEOGMENT-Corp.-Pres. & Sec.-Wolcotts Form 222CA-Rev. 11·83 ©1983 WOLCOTTS. INC (price class 8·21 On this l 7+n day of QC... -\ober , in the year 19q L:., before me, the undersigned, a Notary Public in and for said State, personally appeareo .KDDe.r+ 'E. C' ,\r'o...-n 'QQ,r-5 ----------and ~=xJ...J"'-0.3 tv\ -C rarn be.fS __________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as ______ President and ______ Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporatio~ executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal.. ~ ' r CJG2-~ KSLl'"\JL.L\.Q;Jv\lY'Or\ Notary Public in and for said State. ,i ' J ST A TE Of __ c_A_L_IF_O_RN_I_A ________ _ COUNTY OF _s_A_N_D_IE_GO _________ _ OCTOBER 4, 1996 bef CHRISTINE A. PATERSON, NOTARY PUBLIC On ______________ , ore me, _________________ _ PERSONALLY APPEARED_J_A1_1_E_S_H_. _tv_R_I_G_H_T _______________ --,--___ _ personally known to me (or prn•·@J IQ me QA lhe b~si6 of sahs-{3€+ef¥-~A€€) to be the per,;on(.s') whose name(,) 1s/ are subscribed to the with.in irutrwnent and acknowl- edged to me that he/she/they executed th~ same in tus/ her /thetr authori.zed capacity(ies), and that by his/he,/ t:MH" signature(si) on the instrument the pers.on(s), or the ent:lty upon be.hall of which the person(8') acted, executed the instrument. WITNESS my hand and official seal. Thi~ arra f,,, Official NotnrUJ/ Seal Though the data !,€low 1s not required by law, ,t may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL D CORPORA TE OFFICER D PARTNER(S) @ ATTORNEY-IN-FACT D TFIUSTEE(S) D LIMITED D GENERAL D GUARDIAN/CONSERVATOR D OTHER: ------------ SIGNER IS REPRESENTING: ~ ~ ~RSON(S) Ol'I EHTTT'YttES) I.C.W. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DQCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER($) OTHER THAN NAMED ABOVE ALL-PURPOSE ACKNOWLEDGEMENT - J Insurance Company of the West HOME OFFICE SAN OtEOO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Thal INSURANCE COMPANY OF THE WEST. a Cahtorn1a Corporal!on. does hereby appoint JAMES H. WRIGHT its tru• and lawful Anorney(s)·tn·Fact. with full power and autho11ty. 10 execute. on behalf of the Company, fidelity and swrety bond$. undert11kings. and other contracts ol suretysh1p of a similar natu,e. This Power ol Attorney is granted and is signed and sealed by facsimile under the authority ol the following Resolution adopted by tht Board of Directors on the 22nd day of November. 1994. which said Resolution hu not b41en amended or rescinded and of which the lol!ow11,9 1s a true copy: ·RESOLVED, that the Chairman of the Board, the President, an EJecvti>;• Vice Presidftn\ or • Senior V,c, President of the Corf\pany, and each ol them. is hereby.authorized to execute Powers of Attorney qualifying th1 attorney named 1n the given Power of Attorney to ,xecvte on behalf of the Company. fidelity and $urety bonds, unde'1aking$, or other contracts of suretysh1p of I s1m1l11r nature: and to auach ther&to the ,eat of th• Company; provided however. that the abunca of tha seal shall not aflect the validity of the instrument. FURTHER RESOLVED. that the signatures of such 0H1cers and the s&al of the Company, and the signatures of any witnesses. the signatures and Hal of any notary, and the signatures of any officers certifying the validity of tha Power of Attorney, may be aHixed t>y f&:;:$1rnile' IN WITNESS WHEREOF. INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authomed ofhr;;e,s thi• 28th day of March 1995. -STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: March 28th, 1995 INSURANCE COMPANY OF THE WEST Hannum. On this before me personally appeared John L. Hannum. Sen,or Vice Pres;dent of INSURANCE COMPANY OF THE WEST. personally ir.nown to me to be th• ind1111dYal and ott1cer who .xecuted th, w1th1n instrum,nt. and acknow,009~.:j to me that he executed the same ,n his ott,c,al capacity and thet by his signature on the ,ns!lument the corpora11on on beha\1 of wh1Cf\ he acled. executed the ins!rument. WITNESS my hand and ott1e11l IHI. CERTIFICATE: 1········•:fattt•1 @. ·. NORMA ;,0;-:1:'"I .. ~;f..... CO),,\'.' ,,. ·.• ': ' i . ·.ct,.,.l.i-.' Notory ~ · ::i ~ z ~ Z.A:-. D .; , -I My COl'n,'T' C", ., ..• IJ. ~ ,;l6 l • ¢ 0 • • (.M4P4S ~-...;: • Y!M&d) /1~ · Notary Pub11c I.E. Harned D11v1s, Vice President of INSURANCE COMPANY OF THE WEST, do hereby ce111fy that the 011g1nal POWER CF ATTOFl'~Ev. of which the foregoing is I true copy, ,, still 1n lull fore. and ,Heel. and th1t this certilicat, m1y be signed by lacs1mile under tho t\.lthoqty of th• above Quoted resolution. IN WITNESS WHEREOF. tCW 37 havo 1ub1cr1b1d my nam, u Vice Pr11id1nt, on this 4th 19 96. day of OCTOBER INSURANCE COMPANY OF THE WEST E, ~w/j{,;~ r E. Harned 011111, Vic. PrH1d1nt I •. I I I I I I I le I I I I I I I •• I 13 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERA TORS & AMOUNT OF OWNER OPERA TOR WORK" FORMS REFERENCES CAUTIONS INSTRUCTIONS 0 Prior to preparation of the following Subcontractor and Owner Operator disclosure forms Bidders are urged to review the definitions in Section 1-2 SSPWC especially, "Bid," "Bidder," "Contract," "Contractor," "Contract Price," "Contract Unit Price," "Engineer," "Subcontractor'' and "Work" and the definitions in Section 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessee." Bidders are further urged to review the following sections of the Special Provisions 2-3.1 "General," 2- 3.3 "Subcontractor Items of Work," 2-3.4 "Owner Operators" and 2-3.5 "Penalties and Remedies." Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Bids that propose performance of more than 50 percent of the work by other than the Contractor's own organization will be rejected as non-responsive. Bidders shall use separate disclosure forms for each Subcontractor or Owner Operator (0+0)/Lease of manpower and equipment that is proposed to be used to complete the Work. All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lessee the percentage of the bid item installed by the Subcontractor or Owner Operator/Lessee being listed in the line of the form must be entered under the column "0/0 of Item by Sub" or "0/0 of Item by O+O" as applicable. If a Subcontractor or Owner Operator/Lessee installs or constructs any portion of a bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessee installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport for materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or to the Subcontractor, as the case may be, installing them. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. VVhen a Subcontractor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of each type so duplicated . 1/29/96 I •. I I I I I I I le I I I I I I I •• I 0 14 Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If using this option the Bidder must indicate the bid item numbers to which the information in the row pertains. This option may not be used where the subcontractor or owner operator is constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/lessee to construct or install less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of subcontractor or designation of owner operator/lessee forms as applicable. The explanation sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment that are proposed to be so supplied. 1/29/96 --1 •: ~ • • , ~ ! . a! li /- •• 0lC. t~ ·h°l.!}:ti )' ! ii;;· .,-, ~-./"-. •,, ' .; 15 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Wort<. and that, the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code_ "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name: O Co h! . SJ_ · · rarv3/:~.. . un~ , ,-rt p1 n 5 Complete Address: \ 8 ·3-:p··j X \ C ~ 5±re e,.,i Street . __ ·-· Ov:ciogc...1 . , CA. 9J._lob8. City State Zip Telephone Number plus Area Code: 11 Y: / <o 39 -Y S 5 O .. . California State Contractors :..icense No. & Classification: 0 '-I ~ 0.9 S 'i C -:: 3 ~ . Carlsbad Business License No.: _____________________ _ > Bid •· Bid Price. 1 % of {Item .. ·· of Item Item by No.. Sub Page _\_ of ~ pages of this form 0 1/29/96 a: • ~ . : • 15 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non~responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that, the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code_ "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name: \ 1, f' _ ~ _L_,___ . t _ _ c.... vQf'Q.._ ~~ , 1 o c_ 1m ~ Complete Address: P O -bo X:. ~ L3 Street i\,.,--,. ~-· -,,: ·' 4---h UY\oJ ~-, I CA ' l t City State Zip Telephone Number plus Area Code: b 19 / 3 3 b -I q 8 3 ,, California State Contractors :..icense No. & Classification: 6 0 5 () l 9 : I C.--.8 Carlsbad Business License No.: _____________________ _ < Bid·· •. .. Bid Price. } Item · of ltem · ' No. 0 %·of Item by Sub % of TotaF •-Bid · .·• . Bld Price ; • % of:•: : % ~f'Totil Contract . . Item . of Item . ..•• : Item byf .•. Contract No. ·. Sub ···· \ °)o Page 1,-of }:-pages of this form 1/29/96 I •. I I I I I I I le I I I I I I I •• I 15 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code_ "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to pe_rform any portion of the Work and that no chan ~s in the subcontractors listed work will be macte except upon the prior approval of the Age y. ',,."', Full Company Name: ,,,.,"," . . -L c-' ., l.' o e-\ c::.. c:.; , \::_ e_c I r \ c Complete Address: ? D. fu~ [ L{ 5 17 Street 6 cine C ... :H City Zip Telephone Number plus Area Code: California State Contractors ~icense No. 3/61assi~:n: Carlsbad Business License No.: _ ____,,;-/ ____ ~-~-------------/ \_ i J~~! •• I .s~1=~e / !T lt·e·osy~ubbbf1··1Y ... 1.· •. / .~i~~~l. ,:Nio!·······•. ····.: .. • ... 1~f f ; .•...•...•...••.... •.·.· ... •• .... •.• ... · ...•. ·.•. :~·;·:·e.rst.:u·ib: ... ···.·.1,J:i1~~I YNo. .·.· i R ·. l ' 3 / ,., ') '10 I\ I '2-01)-l-CO 7o I 0 I/ \ Page_Lof \:', ic·;:\'O \J .. \ 1/29/96 I •. I I I I I I I le I I I I I I I •• I 16 DESIGNATION OF OWNER OPERA TORS & AMOUNT OF OWNER OPERA TOR WORK The Bidder MUST complete each information field on this form for each owner operator/or lessee (0+0) that it proposes to use to perform any portion of the Work, in an amount in excess of 0.5 percent of the Prime Contractor's bid. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no owner operator/lessee will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the owner operator listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessee. See section 1-2 of the Special Provisions for definition of Owner Operator/Lessee. f\ ' v; Full Owner Operator/Lessee Name: _____ 1_ '_, _____________ _ Complete Address: Street City State Zip Telephone Number plus Area Code: _________________ _ OWNER OPERA TOR WORK ITEMS Page __ of __ pages of this form 0 1/29/96 I •• I I I I I I I le I I I I I I I •• I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) 17 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked uCONFIDENTIAL." er Ccur\bbC,l(l,. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) 18 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 Name and Phone Amount Contract Name and Address No. of Person Type of of Completed of the Employer to Contract Work Contract 9-qb Jc.£. )-\cn . ..Cc,n\ C..UY"4. t-\o..rt. F i....:...J ,rn..F·+~\ C P.o. -:OU,.:. ~~;;;,.qooo bei ,1-.-::3 boo 61 Ci~IL'cY,S 133 i c'\O ,_ b O.i, D, e._5,jo; C4 S'll :?z B-96 G....:C--i c...1; 'S. O .. R ic..J,a,n:t QeJ \cr'J'..<,no , f'O ..... \F~-,. C c; Y 8 5 Pv:u-c or i,,,';;t,-3::;i. 3e f:>_..lq no. O :s. ~5.obS OG.,1 Q;__,::._f§· 1 Cl'T 9 2-12, 3 - iuct u(),,'l(j ,.;;,,h.}, . .Ql'<o).\), 01 Y"n \"li')C..f), f\..J....l'f'C<,(' 'l-Cc,b '1~0 Aut-iu.cb Erfl!i\ I:) C\c1..Cj -a1 'j C T-:::i. lo~.,2.,1. '-' I Co.J-J;..""' irlt'}n ~~ ?.t::n "i 0 1/29/96 D(T-17-1-"3':lt:, ,.12:27 FF'l]f·l CAL CH:, CALCO TO r AC~••n1t. = -~ER:ifBl~-~4lf-:: Qli( ·.··1~s:m1t::1.1NOE ' -= , 0;T/\i~~:fr) - . l>ili'oo'&dti . . r/. .. ·'·····"· ·.:,,c ,.... . .. . ' . :.:-. ..:.... . • . .: ..... THI~ CERT;riCATE IS ISSUED AS "' MA HER OF INFORM A ilON ~~o Ins Brakars & Agents w:i Fr" J:<>¢ Ro,ad P.O. Box 85371 San Diego, CA 92186-5371 619-260-3846 IN~- S e I e ct Electric, Inc. F' , o . Bo ;,c 145 7 Spring Valley, CA 91979 ONLY AND CONFERS NO RIGH1S UPON rHE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT ·AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES Af-1-0HDlNG COVE!'A<3E COMPANY ---~ __ A_ Americ3n lns~rance Company COMPANY B American Automobile Ins. Co. CCMPAN'f C Calif Ca:sua(t lndemnit t:.xctl COMPANY THIS IS TO CEl'li!FY THA, THE POLJC!ESOF INSURANCE LIS TEOSELOW HAVE SEEN ISSVED TO THEINSUREDNAMEO ABOVE.FO~ THE POLICY PERIOO INDICA 1ED,NOiWIT HST ANDING ANY REOUIAEMENT, T ERMOR CONDITION OF ANY CONTRACT OROTHERDOCUMENTWITHRESPEC TTO WHICHTH!S CcRTJFICA TE MAY 8E ISSUED UH MAY Pl=RT All~. THE IN:OURANCC AFFORD-,0 lil V THt': POUCII=~ DFSCF'!IBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO CQNO\TIONS OF SUCH POLICIES. LIMiTS SHOWN MA'( HAVE BEEN REDUCED BY PAID CLAIMS, co I · ----r----· u i PoLIcv 1:Ff'l!cnv1a i ?0L1cv i.xf'1Rt.r1o"'I LTII _ TYPE OF IN&URANCE: ! POLICY N MBER I DATE: (MMIODIYYJ \ DATE (MMIDOIYY} LIMITS : QE:NERAl. LIA9CLITY '3ENERAl. AGGREGATE $ 2000000 l---, B Pi-7M'i:RCIAL Gl:~RIIL UABILilY MZG80654123 8/15/96 9/15/97 PROOOCTS-COMP/OP AOO $ 2000000 J .J GLSI><~ MAO'i R 0<:"<:"l l"1 , >'ERSONAl. /,. AD11 INJURY 1000000 ~WNER'S & CONTRAC1'0R'S P1'!0 I i EACH OCCURRENCE $ 1000000 ~ FIRE DAMAGE iAnr "°" lire) i $ 50000 MEO EXP (Any Or'JII> penoo) 11 5000 I AUTOMOWll..E LIA91UTY I / COMSJNED SIN(.;(.E LIM! T ;$ A ~ ANY AUTO MZA80163246 8/15/96 B/15/97 i 1000000 AL' ... owr-.:s:> :'.UTO~ I BOOIL y IN.)Uf<Y !s . I sc~.EOOLED AUTOS I \r-"'f oerscrn; f--i ~' HIF!E.D AUTOS I I i;!OOIL Y INJURY I ; N0~"'-0Wt-,EO ,11,UTO~. (Per accld~t) rs ?P.OFERTY DAMAGE I C.AI\Ad!,. l..lAD1l.lTY I AUTO CNL y • ~A ,>,CCIDENT I $ I-~. ANY AUTO OTHER Tl-lAN AUTO ONLY: €:.~CH ACCIDENT $ AOOREUA T~ . 1 $ I E'.JCC'1!$:II Lll\lllll'1'Y 1:ACH OCCURPENd: :$ r----: ; UMBRELLA FORM · AGGREGATE IS QH1€R Tl l,'\tl UMef1E'-V, F'C·AfA I s -~ ~-I 1:· WORKERS COMPENSATION Al'{!'.> X STATUTORY llM!TS EMPLOY!!JIIS' LIABll.!TY '• C WC79000222-01 10/01/95 10/01/97 EACH ACCIDENT ',) 1000000 THf:. Pl'IOF>l'l1ETOR/ : F>ARTNER$/EXECU'tJVE IHCL ; DISEASE · POLICY '.IMIT 5 1000000 .. OFFICERS ARE: EXCL, · DISl:ASl: · EACH EMl"LCYEE / 1 1000000 OTHER C>t;~en,rTIOtl OF O?l'~ATION\:/LfJ<}AT!ON~IV<IHICL"S:ISP!cCIAl. ITEMS Re: Bid for project at Aviara P~rkway & Lou Hsrco Place. Certificate holder insured per endorsment attached. Aity of Carlsbad "91200 Carlsbad Village Drive Carlsbad, CA 920U~ SHOULO ANY 01' TJ-lli AIH>VE CESCRIBED POt.lC:IES. ~; CANCEL.liO BEFOF\!! THE E'.Xl"IRAilON OATI! TU!;J>!'OI!, Tl-Ii. ISSU1"'0 COMPANY WIU.. HNOl'.i<1VOR TO MAit. 30 DAYS Wl'lrTT.N PiOTICE TO TI1E Cl!RTlfflC,'1'£ HOLDER N"MEO TO TH ii t.EFT. Bt/1' F,u .. um, TO MAlL SUCH NOTI~ SH"U.. IMPOSE NO OWUCATION OR l.lA"-ll.tTY <'.1141' IC>ON ~~ COMPANY. rrs A(;:iNTS OR R6PRESENTATIYE:i. 002481000 OCT-17-1:3':JE:, , 12: 2:=:: FROM CAL CA~~~ALOJ TO editionul Insured -Owners, Lessees or Contractors (Form B) CG 20 10 11 85 Policv A.:mendment General Liability Insured Producer Schedule GCLCCT CU,CTRIC, INC. CALCO INS BROKERS & AGENTS :\!ame of Person or Organization Policy Number Effective Date CITY or CARLE;BAO 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92009 MZG80654123 8/1 5/96 (If no entry appears above, i:n.formatwn required to complete this Eudorsement will be shown in the Declarations a~ applicable to thi$ Enciors~me:at.) & is an Insured (Section II) i,; o.mended to inch.1d~ ~an insured the person or org,a...-u.zatiorr 5hown in the Schedule, but only with re~pect to i.iability arising out of yt,ur v~vrk fot tbdt i_n:-;urcd by o;: for you. RE: BID f"OR PROJECT AT AV)ARA PARKWAY & LOU HERON PLACE. This f!'m.n :rn;st Sc auacned ·.o Char.g~ Ericorsc-merH when i,,IJt"d ;f;er ;he "clic, Ls wriw:n. One or tile Fireman's fund (nsur;incc C omp~nies as name-d ir. lh~ policy ?resident -CG2010 11-85 Con=s Cop:,-:1.g.!Hed Malenal ,,f Insuranc~ SerVJCe$ omsc, lo<: .. 1984 TOTAL F'. CC I I •• I I I I I I le I I I I I I I •• I ,' BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) 19 0 1/29/96 I I •• I I I I I I le I ,, I I I I I •• I BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 20 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? '><' yes no 2. If yes, what was the name of the agency and what was the period of debarment? party debarred agency period of debarment 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California ) ' ) ss. County of cx::H') 01 e.3 o ) "Kober+ F. Cromberj , being first duly sworn, deposes 21 (Name of Bidder) c:) , and says that he or she is ___ r._-~re='.""~=V:1-,·,_,Q.._,f\_'--rl.:;;; __ , ________________ _ (Title) of Se~\e.c___~ F\e..c+r\C, ~}J,C (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 else to put in a sham bid, or that 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 of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any 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 l, +1', day of Ocj-o tYe~r , 19q h. Subscribed and sworn to before me on the \ 17 -th 19C),b . (NOTARY SEAL) 0 LA VONNF RENEc CASHMAN' u-,11riM #10.47678 n MOT PAY ?IJBUC-f:AU!=NOTR~IA fi SAN D\ly,O_COU1 . ...,, ' My Comm1ss,on El<p1r8es DECEMBER 21, 199 Signature of Notary I'\ \i \0 ) ! t, /\~\}~ \..:. '4,j_;{\\ ,' day of (~c}qb~r 1/29/96 I I •• I I I I I I le I I I I I I I •• I 22 CONTRACT-PUBLIC WORKS This agreement is made this ~/#C day of__,.~~~~-----' 19 ?7, by and between the City of Carlsbad, California, a munici I corpo tion, (hereinafter called "City"), and SELECT ELECTRIC, INC. whose principal place of business is 1425 PRESIOCA ST, PO BX 1457, SPRING VALLEY, CA 91979 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: 2. 3. 4. TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements of Financial Responsibility, Technical Ability and Re Debarment, 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 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 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. 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) 1994 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 . 0 1/29/96 I I •• I I I I I I le ·I I I I I I I •• I 5. 23 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". A completed and executed release form in the form described in this contract (hereinafter "Release Form") shall be submitted prior to approval of each progress payment. The contractor shall list all disputed claims or potentially disputed claims which arise during the pay period. The purpose of the Release Form is to bring timely attention to areas of dispute or potential dispute between the contractor and the City for the pay period. Failure of the contractor to submit a completed and executed Release Form shall constitute the contractor's acknowledgment that no disputes of any type have arisen that pay period or remain from previous pay periods and the contractor waives all future rights in making claims for disputes arising in those pay periods. All previous and new disputed claims or potentially disputed claims shall be listed on the Release Form until such time as the disputed claims are resolved. The contractor shall not modify the Release Form in any way. 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 24 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: 8. 9. 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 lll 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. 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 the resolution of disputes and protests between the contracting parties. 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 or the City Council pursuant to Carlsbad Municipal Code Section 3.28.172. 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 25 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 City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1TT5, 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 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 directly 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 other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 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: 0 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 insured. 2. Automobile Liability Insurance $1,000,000 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 . 1/29/96 I I •• I I I I I I le I I I I I I I •• I 26 (8) 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, Employers' Liability and Automobile Liabili~overages: 1. The City, its officials, employees and volunteers are to be covered as additional insured 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. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, employers' liability and auto liability coverage. 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. (C) "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 CANCELLA Tl ON -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, 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. (G) 0 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. 1/29/96 I I •• I I I I I I le I I I I I I I •• I 27 (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. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified 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. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c}, (d}. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim 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. (A} Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Contractor acknowledges that California Government Code sections 12650 et seq .. the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subc~ participating in contract bidding. 1 , I have read and understand all provisions of Section 13 above. ·, _ " ~ 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 28 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. 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 correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 29 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 ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORA TE SEAL) CONTRACTOR: Select E\ech-,c, t.U)c_ (namE.t0~or) '.' ··n.; ~ By: . \\~J~~'~V-Qu, · 1 (sign here) \ Row:i E,CJmnbu-sJ fu-5. (print name/title) ' By ~ '.1J,/ ~ ~ ign here) Jo..ne+ M. C.h:JJD'oe,r;::, (pnnt name/title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: -~~/ -...- 1 ..._Ufi_t ( _ r1ANEMOBALDl Voeputy City Attorney 0 1/29/96 State of (;'r, ·1 · • r·." ~< c;.:, .A,,,l \ C'L:t\ '\ ·"'-' j ,.--"\ /'"'".I,:.--, 'l ,~ ~~r., . . On ___.i_-__,.~_. · ... ,, ·_-_'--1 .... • __ '...,,! __ before me, Lo. )C'tit"Y'::..\..,.,\ . .c:b\;·-.11---0:-;-;., \)O-\{Ln-1 (DATE) (NAMEfTITLE OF OFFICER-i.e."JANE DOE, NOTARY PUBLIC") personally appeared kCA)P rt F . C~r~:.t~)EJ~ INAMEISJ OF SIGNERISJI .;,,:J(incJ,l_ t0 / \,·y·· -~y-, \---.. ... ) r~ · '-' LJ ( 4 i .d 'l \<_.}\: ,,.I--' ~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 acknowledged 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 and official seal. (SEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED Title or Type of Document ________________ _ TO THE DOCUMENT Number of Pages ___ Date of Document __________ _ DESCRIBED AT RIGHT: Signer(sl Other Than Named Above _____________ _ WOLCOTT$ FORM 63240 Rev. 3.94 (price class 8·2A) t!:)1994 WOLCOTTS FORMS, INC. All PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT (Optional) ll! ... :z: ., ~ :z: ... u. 0 .. e I ,...------ CAPACITY CLAIMED BY SIGNER(S) DINDIVIDUAL(SI OCORPORATE ------- OFFICER(SI --~=,---- 1T1TLEs1 OPARTNER(S) DLIMITED OGENERAL DA TTORNEY IN FACT OTRUSTEE(SI OGUARDIAN/CONSERVATOR OOTHER: -------- SIGNER IS REPRESENTING: (Name of Person(sl or Entity(ies) RIGHT THUMBPRINT (Optional) ~ ffi ,:: ~ ,:: ... u. 0 .. e CAPACITY CLAIMED BY SIGNER(S) DINDIVIDUAL(SJ OCORPORATE ______ _ OFFICER(S/ ______ _ (TITLES) OPARTNERlSI DLIMITED DGENERAL DA TTORNEY IN FACT DTRUSTEE(SI OGUAROIAN/CONSERVA TOR OOTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(sl or Entity(ies) I I •• I I I I I I le I I I I I I I •• I LABOR AND MATERIALS BOND BOND NO.: 149 23 63 PREMIUM: INCLUDED WITH PERFORMANCE BOND 30 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 96-380 , adopted NOVEMBER 12, 1996 has awarded to SELECT ELECTRIC, IN • (hereinafter designated as the "Principal"), a Contract for: TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 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 and ail of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon 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, SELECT ELECTRIC, INC. , as Principal, (hereinafter designated as the "Contractor"), and as Surety, are held firmly bound unto the City of Carlsbad .,..in-t-he--su-m--o .... f ---=F=o=R=T=v..,....,,o"""'N.,.,E.,.. THOUSAND SEVENTY TWO AND NO/00---------- Dollars ($ 41 , 072. 00 ), said sum being fifty percent (50%) 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 ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, 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, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). Surety 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I .. . 31 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond . Executed by CONTRACTOR this ~-' day of oovex:rvoe r , 19 9 b. Executed by SURETY this 25TH day of NOVEMBER , 19 96. CONTRACTOR: Se..\e.c.-\-[\e..ct-r\C, Joe___ (name of Contractor) ·~ f\ By: -t>ili,J ~(o\LSJ0.,~ (sign here) Rober± E. C.\'YllYt~.r:) (print name here) SURETY: INSURANCE COMPANY OF THE WEST (name of Surety) P.O. BOX 85563 SAN DIEGO, CA 92186-5563 (address of Surety) (619) 350-2901 (telephone number of Surety) , /'.;.;~ By:wn:,;1: Pl\ C::U":P-'--'Yb..,,::::.:1.,-< ANNE WRIGHT' ATTORNEY-IN-FACT ~ p· ) ( n here) (printed name of Attorney-in-Fact) · s.:xm et r\ . C)c\am~:X:5 .s (print name here) (attach corporate resolution showing current . J..._ power of attorney) CorfD~~ be..cr'Q.:g~, 6eJect (title and organization of signatory) £/ ec.:tr1C;J_()(_ (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: J~MOBALDI D ~ty City Attorney 0 1/29/96 > State of C cd l 1fi··r"' [~\.(}. County of _c~n £"""\ l)\ ec~ C; ,_) .. RIGHT THUMBPRINT (Optional) "" ffi :z: m ::! 0 I Q C·>t1 n--c>-11 1 before me, ~.O.\t;f\\'\0«.en~e..c~::>hn:::cn, C')o-\O,, {_ ~ (NAMEfTITLE OF OFFICER-i.e. "JANE DOE, NOTARY PUBLIC") ~ (DATE) Personally appeared '1J n b "° ,,-+, i=:· r·· Irv--;; -·v \-) r:c t-:"", .... ;2 _______ __. ~\-~~, _, =·d-'-... A-... l---''--··----_i.._-"--'.,,'-''---"-"~;..,,,;;,,;,_-"-'1_.\-"--,•,_..;:'-""· -:.:.·•_...,;;__ __ (NAME(Sl OF SIGNER(Sll CAPACITY CLAIMED BY SIGNER($) DINDIVIDUAL(SI OCORP0RATE ______ _ )zl.. personally known to me -OR-0 proved to me on the basis of satisfactory evidence to be the person{s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OFFICER(S) ----c==-==---mrus1 OPARTNER(S) DLIMITED Witness my hand and official seal. (SEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE A TT ACHED Title or Type of Document ________________ _ TO THE DOCUMENT Number of Pages ___ Date of Document __________ _ DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _____________ _ WOLCOTTS FORM 63240 Rev, 3-94 !price class 8·2Al ©1994 WOLCOTTS FORMS, INC, ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS DGENERAL DA TT0RNEY IN FACT DTRUSTEE(SI OGUARDIAN/C0NSERVAT0R DOTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(s) or Entity(iea) RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNER($) DINDIVI0UA L(S) OCORPORATE ______ _ OFFICER(SI ______ _ (TITLES! DPARTNER(S) DLIMITED OGENERAL DATT0RNEY IN FACT DTRUSTEE(S) OGUARDIAN/CONSERVA TOR DOTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(s) or Entity(ies) . · ...... ·.· .... ~ .. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .te of ---=-CA;;...;;.L .... I=F..,,;;·O;..;;.R;..,;..N.;;;;IAc...;;._ ______ _ County of __ SAN __ D_I_EG_O ______ _ On _ N_O_V_EMB_·_ER_2_5 __ ,_1_99_6 ___ before me, DANA L. MICHAELIS, NOTARY PUBLIC . DATE NAME. TITI.E OF OFFlCJ;A • E.G •• ·JANE 00£. NOTARY PUOLJC" personally appeared __________ A..;,,;NNE.;.;......;·_WR_I_G_H_T ______________ _ NAMl:(SJ 01' SIGNERtSJ [x] personally known to me -OR -D proved to me on the basis of satisfactory evidence · · to be the person(s) whose name(s) is/arc 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/ti.er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the l:istrument. WITNESS my hand and official seal. ULV\OA_ c{ __/rYle~fru o_fuj SIGNATURE OF NOTARY NIEMHMIDM ••lldMhMI OPTIONAL. w __ ,_ ,..-,-ii &Ml _, •• _,_ Though the data below is nol required by law, it may prove vo.!uablc lo persons relying on \ho document and could prevent lraudulcnt rcauachmcnt of this form. CAPACITY CLAiMED BY SIGNER D INDIVIDUAL D CORPORATE OFF!C~R TIT!..ECSl D p ARTNER(S) [i] ATTORNEY-IN-FACT D TRUSTEE(S) 0 LIMITED D GENERAL 0 GUARDIAN/CONSERVATOR D OTHER: ------------ SIGNER lS REPRESENTING: • AME OF PERSON!Sl OR ENTlTYl(ES) INSURANCE COMPANY OF THE WEST DESCRIPTION OF ATTACHED DOCUMENT LABOR AND MATERIAL BOND, 149 23 63 TITLE OR TYPE OF DOCUMENT 2 NUMBER OF PAGES NOVEMBER 25, 1996 DATE OF DOCUMENT SELECT ELECTRIC, INC. SIGNER($) OTHER THAN NAMED ABOVE - ··, Insurance Con1pn.ny of the West liOMc. or:r:1c1;: !'.AN 0IC:CO, 'CALIFORNIA POWER OF ATTORNEY !(NOW ALL MF.N DY THESC:. PRESC::NTS: Tl\lll INSURANC~ COMPANY OF THS WEST. 11 C:ililnrni:t Cocpnmtion. doos hcroby :ippoint: · 2'.NNE 'WRIGHT ili trun .1nt1 lawl\,t A1tomny(:1}-in-f.".ir:I. with lull nownr nncl 1111lhorily. lo nxnc:utn. on hnhnll o! \hi\ C1,m~.\ny, tft\l\li\y l\nd :s.uro\y bond:!.. unrlo1\.\Xings, ancl oth11r conlrar.t:; or :s.urntvr.hin nl 11 :;imilM nniurn. Thi!I-Pownr 01 Allnrnny l:s. arnntnd nnrl i:. :<lgnnrl nnc! :<llnlocl hy lm:·-"iimiln unclnr !ho nulhorlty of tho fnllowinu Rosolu\ion ntloolod by tho Ooard ol Oul\ctors on tho 22nd dny ol Nov"·mbor, 1!)94. whlc:h said Ro::olulion has not .IH\nn nmnnclod or roscindod nnd ol which \ho !ol\owino is :i trvi, copy: ~RCSOLVC::D, that lhn Cht.>lrmnn of thll 0(1ntcl. lhn Pro:1-ldnnt. nn ~xocvllvo Vlco Pro::ldont or n Snnior Vico Proltldnnt ol thn Comp:>ny, and onr.h o! thorn, is horoby nvlhorlrnd to oxoc:uln Powc,r:, ol .Altornoy qv111i!ylno tho ntlornoy n11m(\(t in tho oivnn Powor ol Allomoy lo oxocvto on t>ohi\ll of tho Compnny. lidnllty nnd suroly b(lnds.. undMll\kinos. or othnr contrnc:t"' ol :s.urolyshir, ol n :.imilnr n.-1uro; and lo nH:ich lhoroto tho so:1l of tho Compnny; provlclorl howovot. lh:11 tho nbsnnco of. !ho :s.onl :.hnlt not :lltoct tho validity ol tho lmarumon\. f."URTHER RESOLVl::D. thnt tho sinnnturos of suc:h ortic:ors nnd lho soal ol tho Compnny, :1.nd tho s19nMuros ol nny w\1non,a. tho $i<Jnaturos and sonl ol nny notnry, nnd tho sianl\luro:< ot any o!llcors cor'.ifying tho vnl!dity of tho PowM of Allomoy. ml\y bo ;,llixod by f:1csimilo." IN WlTNES$ WHEREOF. INSURANCE COMPANY OF 1HE WESi hns c::i.usod thoso prosonts lo bn :.ignocl by its duly aulhorirod ollicors tn,s 20th dny or March 1n 95. ... -STAT['. OF CALIFORNIA COUNiY OF SAN DIEGO SS: March 20th, 1995 On this. !NSUF\ANCt::: COMPANY OF Tl-ti;. Wl:.ST n Prosidont bolero mo .porsonnlly nppaarocl John L. H.tnnum. Sonior Vico Prosidont ol INSURANC!;'. COMPANY OF THE WCST. pon.onnlly known lo mo \o bo tho individual ond oHicnr who o)(ocvlod tho within in~\rvmont. and acknowtod,;iod 10 mo th:,\ ho oxocutod \ho s.n:r,o in hi:. orrici;:,l capncity nnd thnt by his ::lonnturo on tho ln:attumonl !ho corpornlion on bohall ol which ho :.clod, l>Xocvtod tho instrumonl. WITNESS my hand nnd o!lic1al sonl. C EF\TtFICA TE: I, E. H:.i.rood Onvis, Vico Ptosidont o! INSUr\ANCt: COMPANY OF 1'HE WEST, clo horoby corti!y lh:i.1 lho original POWER OF ATTORNEY, ol which tho lorogoino is n lruo copy, is, sUtl In lull lorco nnd oHocl, and that this corlilicnto mny bo signod by lacsimilo undor tho nulhorily o! tho abovo quotocl rosolution. IN WITNCSS WHEREOF. hnvo :.ubscribod my nnmo ns Vlco Prosidont, on thls 25TH day or NOVEMBER 1!J 97". INSURANCE COMPANY OF THC: we::sr t{/b-wd~)_ .. E. n d. Davis. Vico Prosidont ICW 37 II, I I •• I I I I I I le I I I I I I I •• I PREivfJIUIVX ,;-r!LL )\JJ.J!j[~tTfE]) Bfo~SE.f) Ol\i l~If~/1.L ·C!Jl~~rfRfii.C:-r i?RICIE BOND NO.: 149 23 63 PREMIUM: $772.00 32 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 96-380 , adoptedNOVEMBER 12, 1996 has awarded to SELECT ELECTRIC, INC. (hereinafter designated as the "Principal"), a Contract for: TRAFFIC SIGNAL IMPROVEMENTS AT AVIARA PARKWAY AND BLUE HERON PLACE CONTRACT NO. 3501 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SELECT ELECTRIC, INC. as Principal, (hereinafter designated as the "Contractor''), and ____________ ......,.._..,.....,,...,.,.,., as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of EIGHTY TWO THOUSAND ONE HUNDRED FORTY FOUR & NO/00-- Dollars ($82,144.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to 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 OBUGA TION IS SUCH that if the above bounden Contractor, their 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 Contract and any alteration thereof made as therein provided on 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, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety 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. 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 33 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond . Executed by CONTRACTOR this _d}_ day of aov:eJ,)bP r , 19-9,k. Executed by SURETY this 25TH day of NOVEMBER , 19 .....2§... CONTRACTOR: Se\ecJ E,ech-1c, Y\c. (name of Contractor) ~ ti + ~i r-f\ \~~ By: Jj:\ ~w ~~ ~\l_a;:~. (sign here) Rob0t E. C.}oxn b-ef' 5 (print name here) ~re.s1den-t, <c.x:?Je.ct E/edr~iL (Title and Organization of Signatory} SURETY: INSURANCE COMPANY OF THE WEST (name of Surety) P.O. BOX 85563 SAN DIEGO, CA 92186-5563 (address of Surety) (619) 350-2901 (telephone number of Surety) By: /. ., , (signature of Attorne -in-Fact) ANNE WRIGHT, A'TTORNEY-IN-Fl,C'r (printed name of Attorney-in-Fact) (print name here) (Attach corporate resolution showing current . ~ power of attorney.) Coff)-Se£J'X-¾Q-l~, SEje.cJ E\ ec.,--\-nc (Title and Organization f signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: 0 1/29/96 ···, Insur~ncc Cc!n1.p:1ny of the West MOME OFFtC!Z: ~AN O!ECO. ·cALIFOnNIA -POWER OF ATTORNEY KNOW ALL MF.N [IY THESF. PAl:SENTS: Tt,at INSllRANCI! COMr>ANY OF THE WE:ST. ll C:i1ilornia Corpornlion. doo:; hc,ro\:ly :ippoint: ·l\.NNE WRIGHT it1 trun i\nrl \:1wl11l Allorn"'.l(t-)•in-F.ir.!. with lull nownr nncl 011\hority. lo oxneuln, on hnhnH o! \h(l Cor.m:\Oy, n·(!(llily "nd suroty bonds. ur\Clort!\kings. ,rncl othnr contrar.t:. o: :-urMvr.hio nl a ':.imilnr nnlllrn. · Thi~ Powor of Attornny ls nri'\ntnd nnrl i:. slonnd nncl f-l\nl11cl hy r,te::-.imitn unrlnr tho nuthorl!y o! lhn !ollowlng nusolulion ndoptod by tho Oo:ird of O,rnclM!. on tho 22nd day ol Nov;mhM. Hl~M. whk.h said R.o:-;o!u11on h:u not boon nmnndod c,r ro;,;cindocl nnd or which tho !ottowino is a ltVt'I copy: ·r-tCSOLVEO. th:it thll Chi,!rmnn ol tho OoMd, tho Pror.idnn1. on rxocullvo Vier, Pttlf:.lclont or n Sonior Vlco f'rosldnnt ot thn Comp:,ny. :,nd o:,r.h o! thom. i1. horohy nulhotl:rorl !C'I oxoctiln Pow ... r:< C'II l\Uc>rnoy qun!Hylnn tho nttornoy nnmnd In tho o!vnn Pownr ol Atlornny lo oxocuto on bohall ol tho Compnny, lldnlity nod suroty bonds, undnrtnkinos, or 01hnr conlrncts o! s.uro\yshio or l\ :i.imilnr nMuro: :ind lo al\:.ch \horo\o tho ,o:,t ol tho Comrmny; provl,:Jr,rl howovM. lhnl tho nb:rnnco o!. !hn son! :drnl! not n![nc.l tho v:ilidity of tho ln~trumont. FURiHl:::R RC:.SOLVC::D, thn! lhn sinnnturos ol such o!licots nntl tho son! ol tho Compnny, :,n<l tho "'!Jn:>turo:< ol nny witno~,os, !ho 1.i1Jn:>\ut1>1. nnd snnl ol 111w no\My, nnd \ha sionn\urns ol ,:,ny ol!lcors cnr:ilyino lhu vnlitJity or thn Powor of A1tomoy. mny bo ;,Hixotl by 1:>c:.imlto: !N Wt'l'NI::.$!: WHC:.REOF. INSURANCE COMPANY OF THI! WCSi hns causocl lhoso prosont:s, to bn si!)nocl by its duty nuthofirotl oflicor:i. thi, 20th dny or March rn 95. • ... !:TA Tl:'. OF CALIFORNIA COUNTY OF !:AN OH:GO March 20th, i995 On thi: INS\Jf\ANCE COMPANY OF TJ-i[:. Wl!!:;T ,#it~~ John L. H:i.nnuin. Sonior Vien Prosidonl bo!oro mo .por::onnlly :ippo::1rod John L. Hnnnum, Sonior Vico Pro:tidon\ o! tN!::Ur1ANCE COMPANY OF THC WC!.1T, por::.ormlly known lo mn \o bo tho Jndividu:,I nn<l oltk.M who o)(<>Cu\od \ho wl\hln inr.trumont. :,nd ,.,:knowlod<Jad 10 mo lhM ho oxocu1nd \ho :,.n:no in hi:. ot!idn\ c:>p11ci\y nm! thnl by hil slQnnluro on 1110 lnsuumon\ tho corpotnlion on boh:,l! ol which ho :1ctod, ol<ocutod tho in:i.\rumonl. WITNC.S.S m·, hand nnd ol!ic1a! :ton!. CCRTlF!CATC: t. C. HMood Davis, Vico Prosidonl o! IN$Uf\A.NC!! COMPANY OF THE WEST, do horoby cortily th:i.1 tho orl9innt POWER OF ATTORNEY. of which tho !oroooino is a truo copy, is, still In lull lorco nnd oHoct, :i.nd thnl this corti!icn!o mny bo sionod by fncsimlto undor \ho nu\hority o! tho abovo quoted rosolution. IN WITNCSS. WHC::f\EOF. l hnvo subscribnd ,Y\'f nnmo ns Vlco P(osidon!, on this 25TH '\'J 96'. d n y or NOVEMBER lNSURANCt=: COMPANY OF THI:: WEST -t:'/fa-u1,1!/4a~ lCW 37 .. t:.. n d. D,wi:.. Vico Prosidont .. . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA -------------- County of __ S_AN_D_I_E_G_O _______ _ On NOVEMBER 25, 1996 before me, DANA L. MICHAELIS, NOTARY PUBLIC DATE NAME. TITLE OF OFFICER· E.G .• "JANE DOE. NOTARY PU0LIC" personally appeared ______ A_NNE __ WR_I_G_H_T ______________ _ NAME(S) OF SIGNEAlS) Cx1 personally known to me -OR -0 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(i es), and that by h is/.b.e r/the i r signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the i::strument. WITNESS my hand and official seal. .r"\ (' . i\, Y\ ,r /~ j'l11 ? /1//1 /' ' (; , ~ ,/LLl \..Cl_ ( -A ' ( .../1 I Uc U./,,(_fL, vLJ SIGNATURE OF NOTARY -w+w e +EM--OPTIONAL----m,_111:1_--.:,wwm,-+111111ime1111tasam-e•---• 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 D CORPORATE OFFICER TITlE(S) D PARTNER(S) (xJ ATTORNEY-IN-FACT 0 TRUSTEE(S) D LIMITED 0 GENERAL 0 GUARDIAN/CONSERVATOR 0 OTHER: ---------- SIGNER IS REPRESENTING: NAME OF PEASONlS) OR ENTITY(IES) INSURANCE COMPANY OF THE WEST DESCRtPTION OF ATTACHED DOCUMENT PERFORMANCE AND PAYMENT BOND, 149 23 63 TITLE OR TYPE OF DOCUMENT 2 NUMBER OF PAGES NOVEMBER 25, 1996 DATE OF DOCUMENT SELECT ELECTRIC, INC. SIGNER(S) OTHER THAN NAMED ABOVE Calco Ins Brokers & Agents 1450 Frazee Road 0 .o. Box 85371 an Diego, CA 92186-5371 619-260-3846 12/02/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 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 XV ,: _ _;c:_ A American INSURED COMPANY Select Electric, Inc. P. 0. Box 1457 Spring Valley, CA 91979 B COMPANY C American Automobile Ins. Co . • _.g-VIit Calif Casualt I ndemn it Exch uc THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HA VE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA TED,NOTWITHST ANDING ANY REQUIREMENT, TERMORCONDITIONOF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION LTR POLICY NUMBER DATE (MMIDDIYY) DATE (MMIDD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2000000 B X COMMERCIAL GENERAL LIABILITY MZG80654123 8/15/96 8/15/97 PRODUCTS-COMP/OP AGG $ 2000000 CLAIMS MADE LJU OCCUR PERSONAL & ADV INJURY $ 1000000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire) $ 50000 MED EXP (Any one person) $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ A X ANY AUTO MZA80163246 8/15/96 8/15/97 1000000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND X STATUTORY LIMITS EMPLOYERS' LIABILITY C WC79000222-01 10/01/96 10/01/97 EACH ACCIDENT $ 1000000 THE PROPRIETOR/ INCL DISEASE • POLICY LIMIT $ 1000000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE · EACH EMPLOYEE $ 1000000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re: Project@ Aviara Pkwy & primary additional insured. 30 da s cancel lat ion notice Blue Heron Pl. Select Job #1136. Cert holder is Waiver of subrogation applies on al I policies. City of Carlsbad 1200 Carlsbad Vi I I age Drive Carlsbad, CA 92009 t 10 da s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~·~~ffl(MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, )e)!)t(~~~)$)(~:Xl)\$($U41lt)4~11(t(c)(OOKJG}(,t()N(~Jl'.llty( ~X~X!<l)(9( ~i,<~J:~,tiR-WX,XH'.RX~lltmXWK)(l,:~fflU'ffl'9<~ e Additional fnsured -Owners, Lessees or Contractors (Form B) CG 20 10 11-85 Policy Amendment General Liability INSURED: SELECT ELECTRIC, INC. POLICY NUMBER: MZG80654123 PRODUCER: CALCO INS BROKERS & AGENTS EFFECTIVE DA TE: 8/15/96 SCHEDULE Name Of Person Or Organization: CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES & VOLUNTEERS 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92009 (IF NO ENTRY APPEARS ABOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) -.VHO IS AN INSURED (Section II) is amended to in- 9:;lude as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work for that insured by or for you. President PRIMARY INSURANCE ENDORSEMENT lt is agreed that such insurance is afforded by this policy for the benefit of SELECT ELECTRIC, INC. shall be primary as respects any claim, Joss 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. Except -:Vith respect to the limits of insurance, this insurance applies as if each named insured were the only named insured and separately to each insured against whom claim is made or suit is brought. Job: PROJECT AT AVIARA PARKWAY & BLUE HERON PLACE. SELECT JOB #1136. This Form must oe attacned to Change Enoorsement when issued alter the Polley is written. ONE OF THE FIREMAN'S FUND INSURANCE COMPANIES AS NAMED IN THE POLICY CG~IO tl·SS Contains Cooyr1~nted A:f.aleft3i of lnsur-ance SeNrces Office, :nc. !984 - - SELECT ELECTRIC, INC. MZA80163246 CALCO INSURANCE BROKERS & AGENTS 8/15/96 Policy Number Commercial Auto This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED -AUTO LIABILITY This endorsement modifies insurance provided under the following.: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective Named Insured Name of Person or Organization: Countersigned by (Authorized Representative) SCHEDULE CITY OF CARLSBAD ITS OFFICIALS, EMPLOYEES & VOLUNTEERS 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92009 (IF NO ENTRY APPEARS A.BOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT ~ILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) I. The person or organization shown in the schedule above is an Additional Insured under this policy but only to the extent that the person or organ- ization is liable for the conduct of an "insured" as defined in subparagraphs a. and b. of Section II, paragraph A.I. WHO IS AN INSURED of the policy. However, if you have hired or borrowed a covered "auto" from that person or organization, they are an additional insured only if the hired or borrowed covered "auto" is a "trailer" connected to a covered "auto" you own. It is agreed that such insurance is afforded by this policy for the benefit of Select Electric, Inc. shall be primary as respects any claim, 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. Except with respect to the limits of insurance, this insurance applies as if each named insured were the only named insured and separately to each insured against whom claim is made or suit is brought. 'Naiver of Transfer Rigr1ts of Reco-v·ery Against Others -CG 24 04 11 85 - - - Policy Arm::n<lrnent Gt!neral Liability Insured SELECT ELECTRIC, INC. Producer CALCO INS BROKERS & AGENTS Policy ):umber Eff ectiv:: Date MZG80654123 8/15/96 Schdulc ~ame of Person or Org:miz:ition CITY OF CARLSBAD ITS OFFICIALS & EMPLOYEES 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92009 (If no entry appe::i.rs above, information required to complete th.is Endorsement will be shown in the Deciarations as applicable to this Endorsement.) We waive any right of recovery we may have against the person or orga.-uzation shown in the Schedule be- cause of payments we make for injury or damage aris- ing out of your work done under a contract with that person or organization. Ti.'le waiver applies only to the person or organization shown in the Schedule. RE: PROJECT AT AVIARA PARKWAY & BLUE HERON PLACE. SELECT JOB #1136. This Form must b-e atuched to C:iange Endorsement when issued after the policy is written. One o( the Firem:111'$ fund [nsur:incc Companies as na.med in the policy President cc:~4 11.ss Cont.a1n< Copyng.htod \l.ltcn:il of [ruur;i.ncc Sen.aces 011kc. lnc .. 19!4 . :,~,. ~iver of Transfer· Rigti(S of Recovery Against Others -CG 24 04 11 85 Policy Amendment -Auto Liability .sured Producer Sch(.-<lu!c SELECT ELECTRIC, INC. CALCO INS BROKERS & AGENTS Policy >umber Effectivt.: O;ite MZA80163246 8/15/96 '.\'.:ime of Person or Org::miz:ition CITY OF CARLSBAD ITS OFFICIALS OR EMPLOYEES 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92009 (If no entry appe::trs above, information requi.red to complete this Endorsement will be shown in the Declarations as applicable to this Endorsement.) \Ve waive anv rimt of recoverv we mav have a2:ainst 4t1e person o; organization sho~vn in th; Schedule be· cause of payments we make for injury or damage aris- ing out of your work done under a contract with that person or organization. The ,vaiver applies only to the person or organization sb.o\lin in the Schedule. RE: PROJECT AT AVIARA PARKWAY & BLUE HERON PLACE. SELECT JOB #1136. This Form must be am1ched to Cnange Endorsement when issued after the policy is wnmm. One of the Firem:ln's Fund lnsur:mcc Comp:lnics a.s named in the policy ?resident I I CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive •• Carlsbad CA 92008 REPRESENTATION ANO CERTIFICATION The following representation and certification should be completed, signed and returned to City of Carlsbad. I REPRESENTATIONS: Mark all applicable blanks. This Are yoXurrently certified by CAL TRANS? offeror represents as part of this offer that the ownership, YES NO operation and control of the business, in accordance --- 1 with the specific definitions listed below is: Certification #: C. \ -ODa Y: e y Check aooropriate Ethnic Ownership Type CERTIFICATION OF BUSINESS •· REPRESENTATION(S}: ; ?MALE FEMALE 34 I Caucasian Black Mark all applicable blanks. This offeror represents as a part of this offer that: I 11 __ H_is_pa_n_ic _______ -+-_?("-. ---+-------11 Asian-Pacific I ,_N_at_ive_-A_m_e_n_·ca_n _____________ _ Asian-Indian I DEFINITIONS: MINORITY BUSINESS ENTERPRISE: "Minority Busi- 1 l ss" is defined as a business, at least 51 percent of ch is owned, operated and controlled by minority up members, or in the case of publicly owned businesses, at least 51 percent of which is owned, I operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. I 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. I Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION This firm isL, is not __ a minority business. This firm is_, is not __ a woman-owned business. WOMAN-OWNED BUSINESS: A woman-owned busi- ness 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. FIRM'S PRIMARY PRODUCTS OR SERVICE: f\ec,¼oco--9. Cu:::o:\:ra G::b 1'3 CONSTRUCTION CONTRACTOR: CLASSIFICATION(S): _C._-__,_\ 0 _____ _ LICENSE NUMBER: c.}, °t 'l O ~ '--\ TAXPAYERS 1.0. NO. 9 S -;;;i.8'2:q. 0 \ob The information furnished is certified to be factual and correct as of the date submitted. I Se)ec..t E.\ec-h"~ c, Joe COMPANY ~box {~,sq I TELEPHONE NUMBER I •• I 0 1/29/96 State of C~c:J I R::(f\)JL County of ,~U\ ci ) I 'E,C\ C '.'...J .. -i . .. On \-f, --q il (DATE) before me, Lo~bnr\E ?ff)f'f:',G6h.xy\r.;;,n1 f)Cittr (NAME/TITLE Of OFFICER-i.e."JANE DOE, NOTARY PUBLIC") personally appeared ____ Ri'-. =c...,;t,..::.•) -"'-~=J,._,,_.:.., _t:_.____;:a=· _1,....-'c-'··/..:...v'""_:"'-', b='.>c...::::IS:::::.· r-z.:...;. ___,,:c.,_-..., __ _ INAME!S) OF SIGNER!S>J 0eu)e~t r--1. C\t'o.x--r,bsr.:j ¢lpersonally 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 acknowledged 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. ' A V01~NE RENEE CAS7H8MAN' co· ,1r-.; #"\ 0476 n (SEAL) •,01\p_v PUBllC-CAUF0.!3NlA en " s.fN 'r,!EGO COUN_i Y ~ ~-·· 'cornmission Expires l .DECEMBER 21, 1998 wee t 4 3! Witness my hand and official seal. ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE T11:le or Type of Document ________________ _ MUST BE ATTACHED TO THE DOCUMENT Number of Pages ___ Date of Document __________ _ DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _____________ _ WOLCOTTS FORM 63240 Rev. 3-94 /price class 8·2A) ©1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAUS) OCORPORATE ______ _ OFFICER(SI --~=---CTITUst OPARTNERIS) DLIMITED DGENERAL DATT0RNEY IN FACT DTRUSTEE(Sl OGUARDIAN/C0NSERVATOR O0THER: _______ _ SIGNER IS REPRESENTING: (Name of Person(s) or Entity(ies) RIGHT THUMBPRINT !Optional) CAPACITY CLAIMED BY SIGNERISI DINDIVIDUAL(Sl OCORPORATE ------- 0FFICER(Sl ______ _ ITITUSl DPARTNER(SI DLIMITED DGENERAL DA TT0RNEY IN FACT OTRUSTEE(S) OGUARDIAN/C0NSERVAT0R O0ll-!ER: _______ _ SIGNER IS REPRESENTING: (Name of Personls) or Entitylies) I I •• I I I I I I le ·I I I I I I I •• I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 35 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 -ca"""'.1-:--le-d:-::-:"C=-o-n-t-ra-c-to-r'"'.'.''_a_n_d".'""-__ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -__ 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 Sections 22300 and 10263 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 City 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 Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. 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. 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 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 . 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 36 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 (1) to (8), 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. 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: Title ------------------ Name ----------------- Signature ______________ _ Address For Contractor: Title ------------------ Name ----------------- Signature _______________ _ Address For Escrow Agent: Title _________________ _ Name ----------------- Signature _______________ _ Address 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 37 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 0 1/29/96 I I •• I I I I I I le I I I I I I I •• I 38 RELEASE FORM THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGRESS PAYMENTS . NAME OF CONTRACTOR: _____________________ _ PROJECT DESCRIPTION: ______________________ _ PERIOD WORK PERFORMED:. ____________________ _ RETENTION AMOUNT FOR THIS PERIOD: $ ______ _ DISPUTED WORK/CLAIMS DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED (OR ESTIMATE) Contractor further expressly waives and releases any claim 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 is referred to paragraph 4 of the Public Works Contract. Contractor acknowledges full cognizance of the California False Claims Act Government Code Sections 12650-12655 and Carlsbad Municipal Code Sections 3.32.025 to 3.32.028 implementing the California False Claims Act and certifies that all claims submitted to the City shall be subject to the provisions of said codes and regulations. 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: 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: ________________ _ Title: ________________ _ By: _______________ _ Title: ________________ _ 1/29/96 I I •• I I I I I I le I I I I I I I •• I 1-1 TERMS To Section 1-1, add: SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION A. Reference to Drawings: 39 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. 8. 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. C. 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 Prmide: 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 24 CONTRACTBONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall extend in full force and effect and be retained by the city during the course of this project until they are released according to the provisions of this section. 0 1/29/96 40 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 35 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the city engineer. The payment bond shall be released six months plus 35 days after recordation of the Notice of Completion if all claims have been paid. Addi the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the 1following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding thei date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1994 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 Construction Plans consist of three (3) sheets designated as City of Carlsbad Drawing No. 348-6. The standard drawings utilized for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents .. All plans and specifications, including a Traffic Control Plan if applicable, shall be appmved by the City as a condition precedent to issuance of a Notice to Proceed. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 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, undi~rground 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 upon completion of the work. 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le ·I I I I I I I •• I 41 3-5 DISPUTED WORK All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: Article 1.5 Resolution of Construction Claims 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (8) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant 0 1/29/96 42 to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. :m104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive plleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of botl1 parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Codi~ of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (:2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial chDvo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date th1e suit is filed in a court of law. 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 rE!garding 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 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 43 unacceptable at any time, the Contractor shall furnish approved material from other approved sources. Material that fails to meet specifications 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. ]5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known records, ,endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. ;5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be .solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City and such approval shall be a condition precedent to issuance of the Notice to Proceed by City. 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. 1/29/96 3. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. 5. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 44 No changes shall be made to the construction schedule without the prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflictin!~ utilities shall be requirements prior to commencement of work by the Contractor. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contractor to obtain necessary permits from other governmental agencies, or unreasonable delay caused by enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act and other similar laws. 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. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contractor to obtain necessary permits from other governmental agencies, or unreasonable delay caused by enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act and other similar laws. 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. 6-7 TIME OF COMPLETION' The Contractor shall begin work within fifteen (15) calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion within sixty (60) consecutive dc!}'S after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work -All work shall normally be performed between the hours of 7:00 a1.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. () 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 45 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 COMPLETION 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. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $100 per d,ay for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 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 admitted and 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 admitted and 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. 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. 0 1/29/96 46 Adel 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. 7-1:1 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, such conditions or modifications established punsuant to Section 1601 of the Fish and Game Code shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. 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. · 10 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. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, and structures (4 comers min.). Rough grade as required to satisfy cut of fill to finished grade (orflowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Section 8771 of the Business and Professional Code. 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le -I I I I I I I •• I 47 Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing c:onstruction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction under tlhis contract. The Contractor shall contact the appropriate water agency for requirements. The c:ontractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. 0 1/29/96 SPECIAL PROVISIONS II. MODIFICATIONS TO PART II OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS To subsection 201-1.2, add the following: The class of concrete to be used on this project shall be 560-C-3250. SECTION 203-BITUMINOUS MATERIALS To subsection 203-6.1, add the following: 48 Asphalt concrete shall be Class B-AR-4000 for base paving and Class C2-AR-4000 for cap paving. SECTION 206-MISCELLANEOUS METAL ITEMS Add the following subsection: 206-7 REFLECTIVE SHEETING ALUMINUM SIGNS 206-7.1 General. Materials, legend, proportion, size and fabrication of all signs use1d for the direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", sheets one through five that accompany "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" of dimensions and details, dated April 1987 and ,"OPAQUE COLOR CHART", dated February 1980 all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", require the contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials such rights shall be vested in the Engineer. 206-7.2 Sign Identification. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" except that the notation shall bePROPERTY OF THE CITY OF CARLSBAD'. 0 1/29/96 I I ., I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 49 :206-7.3 Drawings. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. Standard signs shall be as per the most recently approved, "APPROVED SIGN SPECIFICATION SHEETS" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacturer of the sign(s) or the date of the "Notice to Proceed" of this contract whichever is the most recent. 206-7.4 Reflective Sheeting. Modify the, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. All warning signs and all regulatory signs, excepting only those hereinafter listed shall be fabricated with type Ill encapsulated lens sheeting conforming to the requirements of this specification. All other signs included in this section and listed below shall be fabricated with type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with type II encapsulated lens sheeting are: RS, R24 through, and including R328, R47 through, and including RR53C, IR62A through, and including R620, R? 4 through, and including R96C and R99 through, and including R105A. 206-7.5 Substrate. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. All signs used for the direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. .Add the following subsection: .206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS .206-8.1 General. This section pertains to 10 gage and 12 gage cold rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold roll formed steel conforming to ASTM Designation A-446 Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold rolled steel perforated tubing shall be perforated on all four faces with 7 /16" holes on one inch centers. 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +.011, -.005 inch. Convexity and Concavity measured in the center of the flat side shall not exceed a tolerance of +.010 inch applied to the specific size determined at the comer. Straightness tolerance variation in straightness shall not exceed 1/16" in 3 feet. Tolerance for comer radius is 5/32" ±1/64". Weld flash on comer welded square tubing shall permit 9/64" radius gage to be placed in the comer. Using 10 gage (.135) or 12 gage (.105) square tube, consecutive size tubes shall telescope freely for ten feet. Tolerance on hole size is ±1/64" on a size. Tolerance on hole spacing is ±1/8" in 20 feet. In addition for the following specific sizes of light gage steel tubing dimensional tolerances shall not exceed those listed in the following tables. 0 1/29/96 Nominal Outside Dimension, Inches 1 X 1 1-1/4 X 1-1/4 1-1/2 X 1-1/2 1-3/4 X 1-3/4 2x2 2-3/16 X 2-3/16 2-1/4 X 2-1/4 2-1/2 X 2-1/2 2x3 Nominal Outside Dimension, Inches 1 X 1 1-1/4 X 1-1/4 1-1/2 X 1-1/2 1-3/4 X 1-3/4 2x:2 2-3/16 X 2-3/16 2-1/4 X 2-1/4 2-1/2 X 2-1/2 2x:3 TABLE 208-8.2 (A) Tolerance on Size Outside Tolerance for All Sides at Comers, Inch ±.005 ±.006 ±.006 ±.008 ±.008 ±.010 ±.010 ±.010 ±.010 TABLE 208-8.2(B) Squareness of Sides and Twist Squareness ±.006 ±.007 ±.009 ±.010 ±.012 ±.014 ±.014 ±.015 ±.018 Twist Permissible in 3 Ft., lnchf .050 .050 .050 .062 .062 .062 .062 .075 .075 * tubing may have its sides failing to be 90 to each other by the tolerance listed. 50 + Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either comer on the opposite end of the bottom side is above the surface plate. 206-8.3 FASTENERS. Fasteners used to assemble cold rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 3/8" diameter shank, 7/8" diameter head and a grip range of from 0.200" to 0.356". The fasteners shall conform to ASTM 8-633, type: Ill SCI. 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I SPECIAL PROVISIONS Ill. MODIFICATIONS TO PART Ill OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 303 -CONCRETE AND MASONRY CONSTRUCTION To subsection 303-5.7, add the following: 51 If any portion of sidewalk is removed to facilitate the installation of conduit, the entire sidewalk panel shall be removed and replaced. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION Delete subsection 306-1.3.4 and replace with the following: 306-1.3.4 Compaction Requirements In streets, the top 12 inches of subgrade shall be mechanically compacted to a minimum of 95% relative compaction. All other trench backfill shall be mechanically compacted to a minimum of 90% relative compaction. SECTION 307 -STREET LIGHTING AND TRAFFIC SIGNALS Delete this section and replace with Chapter 86, Caltrans Standard Specifications, July 1992. 86-1 GENERAL 86-1.03 Equipment List and Drawings, modify as follows: Delete the last sentence of paragraph 2 and add new sentence as follows: The controller cabinet schematic wiring diagram and intersection sketch shall be combined into 1:>ne drawing (24"x36") and placed in a heavy duty plastic envelope and attached to the inside of the controller cabinet door. Add paragraph 5 as follows: The Contractor shall deliver to the Engineer, two each maintenance and operation manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance and operation manuals may be combined into one manual. The maintenance manual or combined maintenance and operation manuals shall be submitted to the engineer at the time of signal tum on. The maintenance manuals shall include, but need not be limited to, the following items: (a) (b) (c) (d) (e) (f) (g) (h} (i) 0 Specifications Design characteristics General operation theory Function of all controls Trouble-shooting procedure (diagnostic routine) Block circuit diagram Geographical layout of components Schematic diagrams List of replaceable component parts with stock numbers 1/29/96 52 Add paragraph 6 as follows: As-Built Drawings "As-Built" construction plans shall be provided by the Contractor to the City of Carlsbad within ten (10) working days after completion of the project. Two (2) redline copies shall be provided with changes shown in a contrasting color to the original contract work. Details to be shown on the as-built plans shall include, but not be limited to, location, type and installed depth of conduit runs, location of loops under overlay, location of pull boxes, changes made to signal and lighting poles, and any changes made to traffic signal equipment. As-built plans shall be sig1ned and dated by the Contractor and approved by the City. 86-·1.04 Warranties, add the following: The contractor shall warrant the work against defects in materials or workmanship for a period of one year from the date of acceptance of the work. 86-'1.05 Maintaining Existing and Temporary Electrical Systems, delete paragraphs 3 and 4 and replace with the following: Payment for maintaining existing and temporary electrical systems shall be included in the appropriate bid item. 86-'l .05 Maintaining Existing and Temporary Electrical Systems, add the following: The Contractor shall maintain all traffic signals and related equipment until acceptecj by the Engineer. 86-1.06 Scheduling of Work, add the following: Detector loop installation shall take place immediately after asphalt pavement grindin\;J and/or base course paving and prior to AC. surface course. All new signage shall be installed and covered prior to signal turn-on. All existing signage to be removed shall be removed or covered the day of signal turn-on. All existing legends to be removed shall be removed the day of signal turn-on. New legends and striping shall be completed no later than the day after tum-on or as approved by the Engineer. Crosswalk markings shall be completed no later than two (2) days after signal turn-on or as approved by the Engineer. Contractor shall coordinate relocation or modification of any utility facilities with the respective utility company. All signal operation coordination shall be made with the Engineer three (3) working days prior to construction. This includes all signal flash operations, bagging of signal heads, and recall settings due to cutting of loops, signals modifications, and blocking of lanes. Unless otherwise approved by the Engineer a minimum of one lane of traffic shall be maintained in each direction at all times. 86-2 MATERIALS AND INSTALLATION 86-2.01 Excavating and Backfill, delete paragraph 3; add Section 306-1.3, Backfill and Densification, S.S.P.W.C. 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le ·I I I I I I I •• I 53 86-2.02 Removing and Reolacing lmorovements, Sections 306-1.5 and 7-9 of the S.S.P.W.C . shall apply in addition to this Section. 86-2.03 Foundation§ delete first paragraph; add the following: Street light foundations shall be anchor base type in accordance with S.D.R.S.D. E-1. Concrete for foundations shall be 560-C-3250 per Section 201-1, S.S.P.W.C. Delete reference to "Section 4-1.03D" in paragraph 18 and substitute "Section 3-3, Extra Work, S.S.P.W.C." To the first sentence of the last paragraph substitute "3 feet" for "0.5 foot". 86-2.0SA Material add the following: 'Rigid non,-metallic conduit shall be used for all installations. 86-2.0SC, lnstallatioo add the following: Location of conduit runs on the plans are diagrammatic only and the actual run locations are subject to the approval of the engineer. Conduit runs other than street crossings shall be limited to the right-of-way behind curb. Conduit from the service point to the meter pedestal and conduit from the meter pedestal to the controller shall be located behind curb. No street trenching in Aviara Parkway will be permitted. Rock wheel trenches in the street shall be backfilled with 190-E-1000 concrete slurry by the end of the working day. All rock wheel trenches shall be resurfaced by grinding the slurry and a minimum 6" of A.C. on each side of the trench to a minimum depth of 0.13'. Class C2-AR-4000 hot mix A.C. shall be placed over the cold planed area in accordance with section 302 of the SSPWC. If an asphalt overlay is scheduled to be placed over the trenched areas within 180 calendar days, the requirement for grinding shall be waived. The Contractor shall bore under all existing PCC surface improvements to install conduit. In lieu of boring, the Contractor will be permitted to remove PCC surface improvements and trench. All PCC removals shall be to the nearest score line or weakened plane joint and shall be replaced by the Contractor at no additional cost to the City. Any improvements damaged by the Contractor shall be replaced by the Contractor at its expense. Depth of conduit for all installation methods shall be 30" in the street and 18" behind curb minimum. Three inch minimum conduit shall be utilized for all street crossings when cable is required. Note is made that each parcel is likely to have water, gas, sewer and other utility services. Damages to these facilities will be repaired the same day at no cost to the agency. After conductors have been installed, the ends of conduits terminating in pull boxes and cabinets shall be sealed with an approved type of sealing compound. When abandoning an existing conduit in place, the Contractor shall remove all existing conductors. 0 1/29/96 54 86--2.06A Material~ add the following: Pull boxes, pull box covers, and pull box extensions shall be concrete as shown on Carlsbad Standard Drawing GS-21. 86-·2.06C Installation and Us~ add the following: Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawings GS-19 and GS-21. 86-2.0BD Signal Cable-Make the following modifications: First paragraph delete "where shown on the plans". Eleventh paragraph(Twenty Eight-Conductor Cable). COLOR CODE TERMINATION red/2 silver stripes ped signal Don't Walk brown/2 silver stripes ped signal Walk red/2 purple stripes ped signal Don't Walk brown/2 purple stripes ped signal Walk blue/silver stripe ped push button blue/purple stripe ped push button Add the following: PHASE 1 or 5 1 or 5 3 or7 3 or7 i 1 or 5 3 or7 Vehicle and pedestrian signals shall be connected to the 28-conductor cable with a 12- conductor cable. The 12-conductor cable shall be installed from the terminal compartment to the adjacent pull box, and spliced. 86-2.0SE Signal Interconnect Cable Signal Interconnect Cable (SIC) shall consist of twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans. Each conductor shall be insulated with 0.013-inch, minJmum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300 volts and 60° C., and shall have a nominal wall thickness of 40 mils, minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 55 Splices shall be made only where shown on the plans or in controller cabinets. A minimum of three feet of slack shall be provided at each splice and six feet at each controller cabinet. 86-2.09D Splicing modify as follows: All splices shall be made using crimp type compression connectors as shown on ES-13 and said splices shall be soldered. The ends of loop detector lead-in cables terminating at the controller cabinet shall have crimped and soldered loop terminals. 86-2.09E Splice Insulation add the following: All splices of conductors shall be insulated with heat shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Heat shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be 0.04-inch. When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the ,outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink material shall, after contraction, overlap the conductor insulation at least 1½ inches. Heat-shrink material shall conform to UL Standard E46645 600V 125° C. All heat-shrink tubing shall aIso meet the following requirements: Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated to 102'C and allowed to cool to 25'C. Dielectric Strength 350 kilovolts per inch, minimum. Resistivity 1014 ohms per centimeter, minimum. Tensile Strength 2,000 lbs. per square inch, minimum. Operating Temperature: 55°C to 135° C. Water Absorption 0.5 percent, maximum When three or more conductors are to be enclosed within a single splice using heat-shrink material, mastic shall be placed around each conductor, prior to being placed inside the heat shrink material. The mastic shall be the type recommended by the manufacturer of the heat- shrink material. After contraction, the ends and seams of heat-shrink material shall be painted with electrical insulating coating. Heat-shrink material shall be heated as recommended by the manufacturer. 86-2.095 Fused Splice Connector$ modify sentence one, paragraph one as follows: Install a fused disconnect splice connector in the handhole of each pole between the line and the ballast. 1/29/96 56 86-2.10 Bonding and Grounding and the following: Grounding of street lights shall conform to S.D.R.S.D. E-2. If ground rod is used, insta1II in pull box. 86-2.11 Service~ modify paragraph 12 to read as follows: The Contractor shall arrange with the servicing utility to complete service connections for permanent installations and the City will reimburse the contractor for all fees requirecj by the utility. Delete first sentence of paragraph 13 . . Modify paragraph 15 as follows: Substitute "Section 3-3, Extra Work, S.S.P.W.C" for "Section 4-1.030." 86-2.14 Testing modify the first paragraph of referenced Section 6-3.01, General, as follows: Unless otherwise specified, all tests of signals, lighting, and electrical systems equipment and materials shall be performed by a qualified agent approved by the City by methods approved by the City and at the cost of the Contractor. This refers specifically to the controller and may be extended to any or all items questioned as to their suitability. Test methods shall be submitted to the City for approval. 86-2.14A, Materials Testing, delete second sentence of first paragraph; delete paragraphs 4, 5, and 6. 86-2.148 Field Testing add the following: Field testing shall conform to the provisions in Section 86-2.148 "Field Testing" of the Caltrans Standard Specification and these Special Provisions. Insulation resistance testing (megger) for traffic signal and lighting conductors shall be preformed in the following order: Signals -After conductors are connected to signal head terminal, and before connection to controller. Lighting -Before fuses are installed in fused splice connectors. Load side conductors in signal heads shall be disconnected from terminal blocks durin!J the test. The full cost for the Contractor performing this field testing in the presence of the Engineier shall be included in the lump sum price for Traffic Signal and Street Lighting Installation and no additional payment will be allowed therefore. 86-2.14C Functional Testing add second sentence to paragraph 3 as follows: Tum-ens will not be done Mondays, Fridays or the day prior to a City holiday. The contractor shall give the inspector a minimum of three (3) days advance notice of tum on date. 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 57 86-3 CONTROLLER ASSEMBLIES 86-3.05 Controller Assembly Testing modify second sentence of second paragraph as follows: A Certificate of Compliance with the approved procedure and a test report signed by a responsible managing employee of the testing agent shall accompany each controller assembly included in the work. The testing agent shall be approved by the Engineer. 86-3.08 Auxiliary Equipment 86-3.088(2), Modulated Light Signal Detection System -Each modulated light signal detection system shall conform to the details shown on the plans and these special provisions. 0 (A) General -Each modulated light signal detection system shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. {B) Each system shall permit detection of class two emergency vehicles. Class II (emergency) vehicles shall be capable of being detected at any range up to 1,800 feet from the optical detector. The modulation frequency for Class II signal emitters shall be 14.035 Hz ±.0.250 Hz. Emitter Assembly -Each emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: 1. General -Each emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34°C to 60°C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25°C ambient before failure of lamp or any other component. 2. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being located to be readily accessible to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional -Each emitter unit shall transmit optical energy in one direction only. The signal from each Class II signal emitter unit shall be capable of being detected at a distance of 1,800 feet when used with a standard optical detection/discriminator assembly. 1/29/96 (C) 0 3. 4. 58 The standard optical detection/discriminator assembly to be used in making the range tests shall be available from the manufacturer of the system. A certified pe!rformance report shall be furnished by the contractor with each assembly. Electrical -Each emitter assembly shall be capable of providing full light output with input voltages cif between 12.5 and 17.5 volts DC. An emitter assembly shall not be damaged by input voltages up to 7.5 volts DC above supply voltage. The emitter assembly shall not generate voltage transient, on the input supply, which exceed the supply voltage by more than 4 volts. Each emitter assembly shall consume not more, than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC. The design and circuitry of each emitter shall permit its use on vehicles with either negative or positive ground without disassembling or rewiring of the unit. Mechanical -Each emitter unit shall be housed in a weatherproof corrosion-resistant housing. ThE! housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for aligning the emitter unit properly and for locking the emitter unit into this alignment. Each emitter control unit shall be provided with hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Optical Detection/Discriminator Assembly Optical detection/discriminator assembly shall conform to the following: 1. General -Each optical detection/discriminator assembly shall consist of one or more optical detectors, c<:mnecting cable and a discriminator module. Each such assembly, when used with standard emitters, shall have a range of at least 1,800 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 0 59 2. Optical Detector -Each optical detector shall be a waterproof unit capable of receiving optical energy from two separately aimable directions. The horizontal angle between the two directions shall be variable from 180 degrees to 5 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 1,800 feet for a Type II emitter. All internal circuitry shall be solid state, and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include two rotatable photocell assemblies, an electronic assembly, and a base. The base shall have an opening to permit its mounting on a mast arm or a vertical pipe nipple, or suspension from a span wire. The mounting opening shall have female threads for 3/4 inch conduit. A cable entrance shall be provided which shall have male threads and gasketing to permit a waterproof cable connection. Each detector shall weigh not more than 2½ pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. 3. Cable -Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75'C, Type B and the following: a. The cable shall contain three conductors, each of which shall be No. 20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. Insulation of individual conductors shall be color coded: 1-yellow, 1-blue, 1-orange. b. The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. 'Nhere the film is used, a No. 20 {7x28) standard, tinned, bare drain wire shall be placed between the insulated conductors and the shield and in contact with conductive surface of the shield. 1/29/96 4. 0 C. d. e. f. 60 The jacket shall be black polyvinyl chloride with minimum ratings of 600 volts and 800 C and a minimum average thickness of 45 mils: The jacket shall be marked as required by IPCEA/NEMA. The finished outside diameter of the cable shall not exceed 0.35 inch. The capacitance, as measured between any conductor and the other conductors and the shield, shall not exceed 48 picofarads per foot at 1,000 Hz. The cable run between each detector and the controller cabinet shall be continuous without splices or shall be spliced only as directed by the detector manufacturer. Discriminator Module -Each discriminator modulle shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter I of the State of California, Department of Transportation. "Traffic Signal Control Equipment Specifications," dated April, 1978, and to all addenda thereto current at the time of project advertising. Each discriminator module shall be capable of operating one channel. Each discriminator module, when used with its associated detector shall be capable of: a. b. C. Receiving Class II signals at range of up to 1,800 feet. Decoding the signal on the basis of frequency at 14.035 HZ:± 0.255 HZ for Class II signals. Establishing the validity of received signa:ls on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 second. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of sigmals being received, up to a maximum of ten signals. Once a valid signal has been recognized its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 seconds ±,0.5 second and 10 seconds ±0.5 second. 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• d. I I I I I I le I I I I I I I •• I 0 61 Providing an output for each channel that will result in a "low" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall receive electric power from the controller cabinet at either 24 volts DC or 120 volts AC. Each channel together with its associated detectors shall draw not more than 100 milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts AC. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignment shall be as follows: A DC ground p NC B +24 VIX C NC D Detector input Channel A R NC E +24 VIX to detectors s NC F Channel A output (C) T NC u NC H Channel A output (E) V NC J Detector input, Channel B w Channel B Output (C) K DC Ground to detectors X Channel B Output (E) L Chassis ground y NC M AC-z NC N AC+ LJ Slotted for Keying (NQ Not connected; cannot be used by manufacturer for any purpose. (C) Collector (E) Emitter Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: 1. Auxiliary detector 1 input, Channel A 2. Auxiliary detector 2 input, Channel A 3. Auxiliary detector 1 input, Channel B 4. Auxiliary detector 2 input, Channel B 1/29/96 0 62 Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each .discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle, to facilitate withdrawal, and the following controls and indicators for each channel: 1. Three separate range adj;ustments each for Class II signals. 2. A three-position, c:enter-off, momentary contact switch, one position (down) labeled for test operation of Class I signals, and one position (up) labeled for test operation of Class II signals. 3. A "signal" indication and a "call" indication for Class II signals. The "signal" indication denotes that a signal above the threshold level has been received. A "call'' indication denotes that a steady, validly coded signal has been received. These two indications may be accomplished with a single indication lamp; "signal" being denoted by a flashing indication and "call" with a steady indication. In addition, the front panel shall be provided with a single circular, l:>ayonet- captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a MIL-C-26482 with 10-4 insert arrangement, such as Bumdy Trim Trio Bantamate Series, consisting of: 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I 5. I I I le I I I I I I I •• I 0 63 • Wall mounting receptacle,GOB10- 4PNE withSM20M-1S6 gold plated pins. • Plug, G6L 10-4SNE with SC20M- 1 S6 gold plated sockets, cable clamp and strain relief that shall provide for a right angle tum within 2.5 inches maximum from the front panel surface of the discriminator module. Cabinet Wiring -The Model 332 cabinet has provisions for connections between the optical detectors, the discriminator module and the Model 170 controller unit. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of input file "J" have each been wired to accept a 2-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file "J", depending on cabinet configuration. Where TB-9 is used position assignments shall be as follows: POSITION 4 5 7 8 ASSIGNMENT: Channel A detector input, 1st module (Slot J-12) Channel B detector input, 1st module (Slot J-12) Channel A detector input, 2nd module (Slot J-13) Channel B detector input, 2nd module (Slot J-13) The 24-volt cabinet DC power will be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: 1/29/96 (0) 0 64 POSITION ASSIGNMENT 7 +24vdc from (J-13E) 8 Detector ground from (J-13K) 9 Channel A auxiliary detector input 1 10 Channel A auxiliary detector input 2 11 Channel B auxiliary detector input 1 12 Channel B auxiliary detector input 2 System Operation -The contractor shall demonstrate that all of he components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. 2. 3. 4. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 210 monitor unit and 120-volt AC power will be available as shown on the plans and as indicated elsewhere in these special provisions One test shall be conducted using a Class II signal emitter and a distance of 1,800 feet between the emitter and the detector. All range adjustments on the module shall be set to "Maximum" for each test. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute "on" interval and a one minute "off'' interval. During the total test period (1) the emitter signal shall cause the proper response from the Model 170 controller unit during each "on" interval and (2) there shall be no improper operation of either the Model 170 controller unit or the monitor during each "off'' interval. 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le ·1 I I I I I I •• I 65 86-3.11 Model 170 Controller Assemblie$ add the following: The controller assembly shall be a Type 170 unless otherwise specified and shall be equipped with Type 200SA local intersection control program and a full compliment of prom chips. The Model 332 cabinet shall be aluminum. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS. 86-4.01 Vehicle Sign Faces 86-4.018 Signal Section~ add the following: Signal section housing shall be polycarbonate composite. All signal faces and all arrow indications shall be provided with 12 inch sections and glass lenses. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 86-4.01C Electrical Component~ modify second and third paragraphs as follows: Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of receptacle, with black insulation color-coded as follows: Red signal Yellow signal Green signal -solid red insulation -solid yellow insulation -solid blue insulation These conductors shall, in tum, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw type terminals to terminate all field conductors and lamp conductors independently, with separate screws. The terminals to which field conductors are attached shall be permanently identified or conductors shall be color coded to facilitate field wiring. 86-4.05 Pedestrian Signal Face$ add the following: Pedestrian signals shall be Type A incandescent with international symbols. 0 1/29/96 66 86-5 DETECTORS 86-5.01 Vehicle Detectors 86-5.01A Inductive Loop Detectors 86-5.01A(4) Construction Material$ add the following: Loop wire shall be Type 2. Loop lead-in cable shall be Type "B". Conductors for loop detector lead-in cable shall be 2 No. 16 (19x29) stranded, tinned cooper. 86-5.01A(5) Installation Detail$ add the following: The additional length of conductor for each loop homerun shall be twisted together into a pair before being placed in the slot and conduit to the termination pull box. Like numbered detector loops, when shown on the plans, shall be connected to the same detector lead-in cable. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. The Contractor shall test the detector 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, or a bicycle. The engine displacement of the vehicle shall not exceed 100 cubic centimeter. 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 the1 response or detection area of the detector at no less than 3 miles per hour nor more than 7 miles per hour. 86-5.02 Pedestrian Push Buttons, delete the first five sentences after the third paragraph and replace with the following: Switching unit shall be activated with a stainless steel plunger. The external i:md of the plunger shall have a conical surface and be a minimum of two inches (2") in diameter. The surface shall be polished and corrosion resistant. The switching unit shall have a maximum operating force of five (5) pounds. Pretravel shall be 1/16 inch maximum andovertravel shall be 1/16 inch minimum. 0 1/29/96 I I •• I I I I I I el I I I I I I I •• I I I •• I I I I I I le I I I I I I I •• I 67 86-6 LIGHTING 86-6.01 High Pressure Sodium Luminaires, add the following: Luminaires shall be 250 W high pressure sodium vapor with integral photo electric cells. Each luminaire shall be provided with an internal ballast assembly (including ballast, capacitor, and lamp starter unit). All connections from the ballast assembly shall be made with a single multi-circuit connector or individual color-coded NEMA tab connectors. Field connections to the luminaires shall terminate on a barrier type terminal block secured to the housing. The luminaires shall be constructed and installed in such a manner as to provide Type Ill distribution with the outer edge of the luminaire's housing below the entire light sources and all glassware. The luminaires' optical assembly shall provide without the addition of external shielding, a 90° cutoff with no significant light emitted above the horizontal. 86-6.01A (1)(a) Lag-Type Regulator Ballasts, add the following: Ballasts shall be the lag regulator type. 86-6.065 Internally Illuminated Street Name Signs, change paragraph five to read as follows: Signs shall be Type A. 86-6.065(13) Message, add the following: No abbreviations will be permitted. 616-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 86-7.01 Removing Electrical Equipment, all equipment shown to be removed shall become the property of the Contractor unless stated otherwise on the plans. 86-7.02 Reinstalling Removed Electrical Equipment, delete paragraph 4. No equipment will be salvaged unless specifically noted on the plans. 86-8 PAYMENT 86-8.01 Payment, modify as follows: Lump sum price for signals and lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January 1988. Delete reference to "Section 86-1.05, Maintaining Existing and Temporary Electrician Systems" in paragraph two . 0 1/29/96 68 SECTION 310 -PAINTING Delete subsection 310-5.6 and replace with Chapter 84 of the Caltrans Standard Specifications, 1992 Edition, modified as follows: Delete subsection 84-3.02 and replace with the following: 84-3.02 Materials Paint for traffic stripes and pavement markings shall be rapid dry water borne and conform to State Specification No. 8010-910-30. Glass beads shall conform to Caltrans Specification No. 8010-11E-22, Type II. Thinning of paint will not be permitted. Paint shall be supplied by manufacturers that have been approved by Caltrans. Delete subsection 84-3.06 Delete subsection 84-3.07 and replace with the following: 84-3.07 Payment Compensation for providing pavement striping and raised pavement markers reference,d on the striping plan, shall be included in the lump sum bid item for signing and striping. The lllmp sum payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in painting traffic stripes including establishing alignments for stripes and layout work. 0 1/29/96 I I ., I I I I I I el I I I I I I I ., I