HomeMy WebLinkAboutSteiny & Company Inc; 1989-10-30; 3317I
1 TABLE OF CONTENTS p ITEM - By
NOTICE INVITING BIDS I PROPOSAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
1
1
I
I
1c
b
R
I
I
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 3
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 1
NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 3
CONTRACT 1
COMPENSATION RESPONSIBILITY 1
REFORM AND CONTROL ACT OF 1986 3
AFFIRMATIVE ACTION PROGRAM 1
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS'
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF
LABOR AND MATERIALS BOND
PERFORMANCE BOND 1
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION
'RELEASE FORM e SPECIAL PROVISIONS
E Supplementary General Provisions
Supplementary Provisions for Construction Materials
Supplementary Provisions for Construction Methods
Special Provisions for Technical Specifications
I
I lr
I
t If
1
I
E
I
1
2.
!
b
I
d
31
1
1
i
I
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasin
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unti
4:OO P.M. on the 31st day of Auqust, 1989, at which time they wil
be opened and read for performing the work as follows:
?
RANCHO CARLSBAD DRIVE &I EL CAMINO REAL TRAFFIC SIGNAL
CONTRACT NO. 3317
The work shall be performed in strict conformity with th
specifications therefor as approved by the City Council of the Cit
of Carlsbad on file with the Municipal Projects Department. Th
specifications for the work shall consist of the latest edition o the Standard Specifications of Public Works Construction hereinafter designated as SSPWC, as issued by the Southern Chapter of the American Public Works Association. Reference is hereby mad to the specifications for full particulars and description of th work.
The City of Carlsbad encourages the participation of minority an
women-owned businesses.
No bid will be received unless it is made on a proposal for furnished by the Purchasing Department. Each bid must b
accompanied by security in a form and amount required by law. Th bidder's security of the second and third next lowest responsiv bidders may be withheld until the Contract has been fully executed The security submitted by all other unsuccessful bidders shall b returned to them, or deemed void, within ten (10) days after th Contract is awarded. Pursuant to the provisions of law (Publi
Contract Code Section 22300), appropriate securities may b substituted for any obligation required by this notice or for an monies withheld by the City to ensure performance under thi
Contract. If Contractor elects to use an escrow agent, Sectic
10263 of the Public Contract Code requires monies or securities h
deposited with State Treasurer or a state or federally chartere I bank in California.
The documents which must be completed, properly executed, ar
notarized are:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience r
I
1
t
1
Jy
t
I
b
B
1
I
I
1
1
11
E
All bids will be compared on the basis of the Engineer's Estimate
The estimated quantities are approximate and serve solely as 4
basis for the comparison of bids. Engineer's estimate is $55,000.
No bid shall be accepted from a Contractor who has not beel licensed in accordance with the provisions of State law. Thc Contractor shall state his or her license number and classificatio: in the proposal. The following classifications are acceptable fo this contract: "A" or "C-lOtt in accordance with the provisions o
State law. The Contractor shall state his or her license numbe
and classification in the proposal.
If the Contractor intends to utilize the escrow agreement include(
in the contract documents in lieu of the usual 10% retention fro each payment, these documents must be completed and submitted wit the signed contract. The escrow agreement may not be substitute at a later date.
Sets of plans, special provisions, and Contract documents may b obtained at the Purchasing Department, City Hall, 1200 Elm Avenu
Carlsbad, California, for a non-refundable fee of $10.00 per set
The City of Carlsbad reserves the right to reject any or all bid
and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type c worker needed to execute the Contract shall be those as determine by the Director of Industrial Relations pursuant to the Section 1770, 1773, and 1773.1 of the California'Labor Code. Pursuant t Section 1773.2 of the California Labor Code, a current copy c
applicable wage rates is on file in the Office of the Carlsbad Cit
Clerk. The Contractor to whom the Contract is awarded shall nc
pay less than the said specified prevailing rates of wages to a1
workers employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible to insure compliance wit
provisions of Section 1777.5 of the California Labor Code ar Section 4100 et seq. of the Public Contracts Code, "Subletting ai
Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the California Labor Coc commencing with Section 1720 shall apply to the Contract for worl
A prebid meeting and tour of the project site will not be held.
Bidders are advised to verify the issuance of all addenda ai receipt thereof one day prior to bidding. Submission of bic without acknowledgment of addenda may be cause of rejection of bic
t
I
Ip
Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to
hundred percent (100%) and fifty percent (50%) , respectively,
the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance as speci: in the contract. Any additional cost of said insurance shall included in the bid price.
Approved by the City Council of the City of Carlsbad, Califor] by Resolution No. 89-2543, adopted on the /Re day of J&,/
1989.
8&57 Date
1
I d 1
0
8
I
II
R
1
1: Complete in Place L.S. L.S.
I
I
1
8 i
8
CITY OF CARLSBAD
CONTRACT NO. 3317
PROPOSAL
City Council City of Carlsbad
1200 Elm Avenue Carlsbad, California 92008
The undersigned declares he/she has carefully examined the locatio1 of the work, read the Notice Inviting Bids, examined the Plans an( Specifications, and hereby proposes to furnish all labor
materials, equipment, transportation, and services required to dc
all the work to complete Contract No. in accordance with tht Plans and Specifications of the City of Carlsbad, and the Specia: Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit:
Item Description with Approximate
Unit Item Unit Price or Lump Sum Quantity
1. Traffic Signal
b- Price Written in Words and Unit Price Tota:
1 Total amount of bid in
4
Total amount of bid in numbers:
Addendum (a) No (s) . has/have been receivec and is/are included in this proposal.
$ 59; f?0. '' I
;/>/+f&i#
b/ fl 21 J J (% &$I fi p&,d ';" 1, /
P
I
I
All bids are to be computed on the basis of the given estimate quantities of work, as indicated in this proposal, times the uni
price as submitted by the bidder. In case of a discrepancy betwee words and figures, the words shall prevail. In case of an err0
in the extension of a unit price, the corrected extension shall b calculated and the bids will be computed as indicated above an compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or correction may be crossed out and typed or written in with ink and must b
initialed in ink by a person authorized to sign for the Contractor
The Undersigned has checked carefully all of the above figures an
understands that the City will not be responsible for any error o omissions of the part of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing th required Contract with necessary bonds and insurance policie within twenty (20) days from the date of Award of Contract by Cit Council of the City of Carlsbad, the proceeds of check or bon accompanying this bids shall become the property of the City o Carlsbad.
Licensed in accordance with the Statutes of the State of Californi
providing for the registration of Contractors, License NO.~'~/,I 7- Classification(s) 4 C-rC .
The Undersigned bidder hereby represents as follows:
t
I
I
I
I
1
I
b
I
I
I
1
1
I
8
8
i
1. That no Council member, officer agent, or employee o
the City of Carlsbad is personally interested, direct1
or indirectly, in this Contract, or the compensation t
be paid hereunder: that no representation, oral or i
writing, of the City Council, its officers, agents, o
employees has inducted him/her to enter into thi
Contract, excepting only those contained in this form o
Contract and the papers made a part hereof by its terms
and
That this bid is made without connection with any person
firm, or corporation making a bid for the same work, an is in all respects fair and without collusion or fraud
(Cash, Certified Check, Bond or Cashier's Check
2.
Accompanying this proposal is /g,<i,d!l, 'a,"* &-.> L.L-4 ,[ -
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of th
California Labor Code which requires every employer to be insure against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that code, an agrees to comply with such provisions before commencing th performance of the work of this Contract. r
I
I The Undersigned is aware of the provisions of the State o California Labor Code, Part 7, Chapter 1, Article 2, relative t the general prevailing rate of wages for each craft or type o
worker needed to execute the Contract and agrees to comply wit
its provisions.
A +P X"
t
i7 /ti . L.p/f - Z-jy[$ , _I 7. k2&!2f+ &qL : &?&%?..$4$& ;e2
Phone Number d Bidder's Nahe 4 y
I
1
I
I
I
1
I
i
I
i
I-
I. .
Date Authorized ,Signature
Date Authorized Signature
L'iCC a$? E5?DE&T
* l',, 44 t-2 c 1 L2JA a ,H* ads~L+.c.!;- e2 L4GC p-1 L*L LC") ,b,4U;a & LL?TL/
Bider's Address f Type o# Organization (Individual, Corporation, or
Partnership)
List below names of President, Secretary, Treasurer, and Manager
if a corporation; and names of all partners, if a partnership:
r- - _- 4- ~ 'ibt !i' i dJr s 7 f, /k%J - pff7 e> - i $l.:&:v$
<J-E ~ ?E\?+./ - <p> i .~,i-i~-~/.TKi-gi -9 ---e-., - '3 g p& c *l f j t;> f -
_I b J
L [A- %. f\L- - 8, \if. [> (Pi22 \f3&J-; -
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST B
ATTACHED)
.. (Corporation)
:$*; *. I STATE OF CALIFORNIA *.* l- ss
XI 2 1 COUNTYOF !/ On August 31, 1989 before me, the undersigned, a Notary Publ~c in and for said
2 State, personally appeared Don McClure , personally known to me (or proved to me E w on the basis of satisfactory evidence) to be the 2 b&xNFx-Kk -- %Emof the corporation that executed the within Instrument, ' = known to me to be the persons who executed the within g y Instrument on behalf of the corporat~on therein named, and sp" : acknowledged to me that such corporation executed the within
u I- instrument pursuant to its by-laws or a resolution of its board 4 u) ofdirectors g 1 WITNESS my hand and official seal
CA L I FORNI A
*
v i c e - President, %X - -
.- .
TRACY D EKDOM
SN DIEGO C0U"IY MY comm. expires NQV 9, 19
1 NOTARY PUBLIC - CAL!FORNli
- f f dl" wature t. qq,&Jy r3; fJ* f-pp\ pyf>
f Name (Typed or Pnnted)
OFC-2058 I
*I (General) :SF-: .*
I' 1 ss
1 STATE OF CALIFORNIA eh g ~ COUNTYOF Sari Diego
u on August 31, 1989 before me, the undersigned, a Notary Public in and for said 3 1 State, perso&y appeared nnN WE
== aW ox k hW 51 2
gI
VI
%w
personally known to me (or proved to me on the baris of satisfactorj evidence)
subscribed to be the person __ whose name i s
WITNESS my hand and official seal
TRACY D. EKDOM
Name (Typed or Printed)
OFC-2056 (Th 5 area for official nofarial seal)
State of: CALIFORNIA
County of: LOS ANGELES
day of JuLy ,1989 - , before me, EVELYN DENIHAN , R I
Public in and for said LOS ANGELES County, State aforesaid, residing therein, duly commissioned and
personally appeared JEAN WILLCOX , personally hown to me (or proved to me on the be
satlsfacrory evidence) lo be the person whose name is subscribed to the within instrument as the attorney rn f
SAFECo INSURANCE co- OF AMER1CA , and acknowledged to me that he (she) described the nan
28th On this ___
'FECo INSURANCE 'O- OF AmR1CA thereto as surety, and his (her) own as attorney in fact.
?Inllmnl~l,11111111l~l~~l~~~~~~~~~~~~~~~~n~~~~~~u~~~~~~~~~~~m~~~n~~~~~~~~~~~~~~~~ - - - - - - I
NOTARY PUBLIC-CAL1FORNIA 5
PRINCIPAL OFFICE It4 i i My Commission Expires ~ct. 23, 1990 2
In witness whereof, I have hereunto Set my hand and affixed my offlclt
OFFtCIAL SEAL
- - - - - - - - - , / sc/o -- dh
,\ r= EVELYN DENlHAN :
/
LOS ANGELES COUNTY 2
~~wljjiIIIIIIIIIIIII"lllllii*,ll,lllllllllllllll,lllllllllllllllllllllllllll~llll~l~~lll~~~~~~~~~~~~~~~~~~~~~~~
-
E BID BOND NO. 623057 BID DATE: AUGUST 31, 1
I
t. i BIDDER’S .$OND TO ACCOMPANY PROPOSAL
2 -
KNOW ALL PERSONS BY THESE PRESENTS:
That we I STEINY AND COMPANY, INC.
Surety, are held and firmly bound unto the City of Carl e California, in an amount as follows: (must be at leas I i percent (10%) of the bid amount)
- Principal, and SAFECO INSURANCE COMPANY OF AMERICA
? j I
TEN PERCENT (10%) OF THE AMOUNT OF THE BID
for which payment will and truly made, we bind ourselves heirs, executors and administrators, successors or ass jointly and severally, firmly by these payments.
TfIE CONDITION OF TEIE FOREGOING OBLIGATION IS SUCH tbet i proposal of the above-bounden principal for:
k I I
RANCHO CARLSBAD AND EL CAMINO REAL TRAFFIC SIGNAL
in the City of Carlsbad, is accepted by the City Council of City, and if the above bounden Principal shall duly enter and execute a Contract including required bonds and insu policies within twenty (20) days from the date of Awa Contract by the’City Council of the City of Carlsbad, being notified of said award, then this obligation shall become and void: otherwise, it shall be and remain in full forc effect, and the amount specified herein shall be forfeited t
said City.
In the event any Principal above named executed this bond individual, it is agreed that the death of any such Prin shall not exonerate the Surety from its obligations under
bond .
IN WITNESS WHEREOF, we hereunto set our hands and seals
a
28day of JULY , 19 89 -
Corporate Seal (If Corporation) STEINY AND COMPANY, INC.
.P Principal
1
Ti t,le ATTORNEY-IN-FACT (Notarial acknowledgement execution by all PRINCIPA (Attach acknowledgement of and SURETY must be attach Attorney in Fact) ,e
*
I
#
4 .'I I
1 I BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
, as That we,
Principal, and , as Surety are held and firmly bound unto the City of Carlsbad, California, in ax
amount as follows: (must be at least ten percent (10%) of the bic
t
E
i
I
I
b
I
1
I
I
I
t.
1
8 amount)
for which payment will and truly made, we bind ourselves, OUI heirs, executors and administrators, successors or assigns, jointlj and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if thc proposal of the above-bounden principal for:
1
RANCHO CARLSBAD DRIVE & EL CAMINO REAL TRAFFIC SIGNAL
PROJECT NO. 3317
in the City of Carlsbad, is accepted by the City Council of saic
City, and if the above bounden Principal shall duly enter into anc execute a Contract including required bonds and insurance policies within ten (10) days from the date of Award of Contract by the Citi Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as ar individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this -
E
day of , 1988.
Corporate Seal (if Corporation) Principal
Surety
BY
Title
(NOTARIAL ACKNOWLEDGEMENT OF
(ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS
" ATTORNEY IN FACT) AND SURETY MUST BE ATTACHED.)
(CORPORATE SEAL) P
I
1 DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the sub-bids of tf following listed Contractors in making up his/her bid and that tf sub-contractors listed will be used for the work for which thc bid, subject to the approval of the City Engineer, and :
accordance with applicable provisions of the specifications a1
Section 4140 et seq. of the Public Contracts Code - ttSublettir
and Subcontracting Fair Practices Act." No changes may be made :
these subcontractors except upon the prior approval of the Cil Engineer of the City of Carlsbad. The following information : .required for each sub-contractor. Additional pages can be attacht if required:
Items of Full Company Complete Address Phone No.
.t
I
8
I
I **-
I
I
b
1
1
1
1
1
8
1
I
\
Work Name with Zip Code with Area Code
f?b. BOY tlqbb SLv ae&$e-L.L 7202-l &-.- yc/o -( 5*-
r
!
I
I DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbidr of all the listed subcontractors as part of the sealed bic submission. Additional pages can be attached, if required.
Type of State Carlsbad Amount
ft
Contracting Business of Full ComDanv Name License & No. License No.* Bid ($ or %)
I
8
lr
I
I rn
b
1
1
I
I
I
1.
I'
I
:*F;
(General) .. *.* I ss
1 STATE OF CALIFORNIA h g COUNTYOF San Diego
before me, the undersigned, a Notary Publlc in and for said g' u On August 31, 1989 8 f State, personally appeared e 4w E= aW g" hW a i ' 2 to the within instrument and acknowledged that he
Don %Clure
personally knovm to me (or proved to me on the basis of satisfactory evidence)
subscribed to be the person ~ whose name is
WITNESS my hand and official seal
W DlEGO COMITY My comm. expires rtOV 9. - 4 G= --G-..."..-\* p
Tracy D. Ekdom
Name (Typed or Printed)
OFC-2056 (This area for official notarial seal)
* Licenses are renewable annually. If no valid license, indicat
flNONE.fl Valid license must be obtained prior to submission o
signed Contracts.
(NOTARIAL ACKNOWLEDGEMENT OF m3Y5 Bidd rls Complete "-* Ad ess L
EXCEPTION MUST BE ATTACHED.)
--k-Geh, (CORPORATE SEAL)
- .- Authorized Signature
At----
F .. -
3
a
STEINY AND COMPANY, INC.
1083 CUYAMACA ST., P. 0. BOX 1486, EL CAJON, CA 92022
TELEPHONE (6 19) 448-7800
SAN DTEGO REFERENCES:
Tri-Electric Supply, Inc.
804 A Rancheros Drive, San Marcos, CA 92069
General Electric Supply Co.
450 Second Avenue, San Diego, CA 92101
Consolidated Electrical Distributors (CED) 518 Third Avenue, San Diego, CA 92112
Contractor's License No. #161273
Exact Name of Licensee: Steiny and Company, Inc.
Name of Surety: Safeco Insurance Company
How Long in Business: Since 1956
Corporation, Incorporated Under Laws of State of California
Principals and/or Owners Addresses and Business Phone Numbers
J.O. Steiny, President 221 N. Ardmore, L.A., CA 90004 (213) 382-23
D.O. Eisenrich, Vice Pres. 221 N. Ardmore, L.A., CA 90004 (213) 382-23
J.E. Perry, Sec./Treas. 12907 East Garvey Blvd., Baldwin Park, (818
D.E. McClure, Vice Pres. 1083 Cuyamaca Street, El Cajon, CA 92022
a
(619) 448-7800
Bank: Bank of America, 345 North Brand Blvd., P.O. Box 1031
Glendale, CA 91204 (818) 956-2820 - D. Colburn
Account No. 14624-01805
Kind of Business: Electrical Contractors
I hereby certify under penalty of perjury that all of the above
information is true and correct to the best: of my knowledge. :-- \ Don E McClure, Vice President 0
OFFICES IN LO5 ANGELES, ANAHEIM, SAN JOSE AND VALLEJO
* 1
L J
1(
I
I
8
I
I
1
8
I
b jw
1
R
8
I
I - L
8.
8
f
e
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed staternen' f of his/her financial responsibility.
(General) ***I .Ft
*I* 1 ss
1 STATE OF CALIFORNIA 61 d I COUNTYOF<
u On $ t State, nersonally appeared
E=
cp hW 2 to be the person ___ whose name *-x Q) c to the within instrument and acknowledged that
*- executed the same
August 31, 1989 before me, the undersigned, a Notary Public In and for said E,
Don ?kc 1 ur e F
personally known to me (or proved to me on the bass of satisfactory evidence) g; h is subscribed he Qm
WI YNESS my hand and official real
1 I-.
e&-- iri 5 signature \:h i-,- p"k n ~ ; \,\* t"\ - c j_3 /$. t-r-*-y-L
hl
fl
21
e Tracy D. Ekaom
Name [Typed or Printed)
(This dr~a for official norarid real) OFC-2056
Q--
Signatur - &*
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED)
(CORPORATE SEAL)
* *
*
STEINY AND COMPANY, INC.
FINANCIAL REPORT
JUNE 30, 1988
0
-.
+
, ,?
0
CONTENTS
REPORT OF CERTIFIED PUBLIC ACCOUNTANTS
FINANCIAL STATEMENTS
Balance sheets
Statements of income
Statements of retained earnings Statements of cash flows 0 Notes to financial statements
0
9&h&#d6wm6/Bk&6$Md
CERTIFIED PUBLIC ACCOUNTANTS
420 NORTH BRAND BOULEVARD. Suite 600 / Mail Po BOX 1917
GLENDALE, CALIFORNIA 91209 / (818) 240-1437 I(213) 245-9251
0
To the Board of Directors
Steiny and Company, Inc.
Los Angeles, California
We have examined the accompanying balance sheets of Steiny and Company, Inc. as of June 30, 1988 and 1987, and th related statements of income, retained earnings and cash flow
for the years then ended.
accordance with generally accepted auditing standards and,
accordingly, included such tests of the accounting records an such other auditing procedures as we considered necessary in
circumstances.
In our report dated September 1, 1987, our opinion the 1987 financial statements was qualified as being subject
the effects on the 1987 financial statements of such adjustme if any, as might have been required had the outcome of certai
litigation been known. As explained in Note 8, the litigatic considered to have no material effect on the 1987 financial
statements. Accordingly, our present opinion on the 1987 financial statements, as presented herein, is different from
expressed in our previous report.
In our opinion, the financial statements mentioned above present fairly the financial position of Steiny and Company, Inc. at June 30, 1988 and 1987, and the results of
operations and its cash flows for the years then ended, in
conformity with generally accepted accounting principles app
on a consistent basis.
Our examinations were made in
0
If- d-
-
THE AMERICAN INSTITUTE OAEZIFIED PU6Llc ACCOUNTANTS
MEMBER OF ASSOCIATED REGIONAL ACCOUNTING FIRMS
.&G lnw Ibm mw r- 5. .. a, mv) or- m -4 mr- 4 ON ow . . m m <I, - mbA ln d tu u\ 0 mew mmm b 0 wwm 0-l 0 mt-r-4 PWN rtwm t-i 0 PWTT PWW 4mm mu) 74 r-i ... . . .*I ..I c. omm r(w mrm om0 PJW N ow0 cnm cnlcn W ..I .x . W orsln 001 cn m O~N cnm 0 rl r-NN wm m mol m4 t- d m .. .. . om9 a\ 0 N mr(m ln 0 cnlnl-i w 0 cn wwm rs 0 rtw4 cn 0 0 m "-3 r- mw rl . .I. . 4 . 6.
rs wo mcnl In
In 4-3
r- . .. -.
Q, 0 Wm mN m r- Om mm
k-i In
PO mo Wrnl
0- N
m m 4
. .
CR
W LnwCJmcro dm w v) m cn W-id--(CoO-r om rs W 0 mrlmWcnrs Nul w cn l-i TT
W worlw-imo WQI w rl -3
?-I r\tot-owa\ COW A W N TT OwmWNm em rl 4 rl
m rl mc, N
.I... I LC 4 c .
. . ...r C
c(
m r-0 Incnw 0 LnWbOrlb mP.4 w
W mwo rs wrlrllnm~ mw In mdww4N me -3 r-
03 W Wm Woo0 w u2r(w*wco ow * m m wd emm N Nor-w-iw mo *
\D ommu2mm ww N 4 r- WLD m
W -3 N d mrc N
rl N
W . ",9 ... . LC.... LC . O0 oww cn
. 4 . . .. . . <I,
m m w W cn N
-3 0 0 m N r-i
c L
STEINY AND COMPANY, INC.
STATEMENTS OF INCOME
Years Ended June 30, 1988 and 1987 e
1988
$5'
4'
Earned revenues $76,164,208
68,917 , 713 Cost of earned revenues
Gross profit 7,246,495
Other operating revenue 63,175
7,309,670
Selling expenses 256,291
-
-
I - General and administrative expenses 5,650 , 648
Operating income 1,402,731
Other income (expense):
Financial expense, net of interest income of $45,065 in 1988
and $18,791 in 1987 (80 , 427)
Other income 73,811 - 0
Income before taxes on income 1,396,115
Federal and State income tax expense (benefit)
including effect of deferred taxes
1988 $(3,668,094); 1987 $873,806 (Note 3) (78,750) -
$ - - Net income $ 1,474,865
The Notes to Financial Statements are an integral part of these
-3-
STEINY AND COMPANY, INC.
STATEMENTS OF RETAINED EARNINGS
Years Ended June 30, 1988 and 1987 0
1988
< Balance, beginning $6,738,329
Add net income 1,474,865 -
Balance, ending $8,213,194 - - !
The Notes to Financial Statements are an integral part of these
0
... -1
-4-
STEINY AND COMPANY, INC.
STATEMENTS OF CASH FLOWS
Years Ended June 30, 1988 and 1987 Increase (Decrease) in Cash 0
1988
CASH FLOWS FROM OPERATING ACTIVITIES
Cash received from customers $72,406,413 $5 Cash paid to suppliers and employees (70,935,464) (5 Interest received 45 , 065
Interest paid (125,492) Income taxes paid (2,667,667)
Settlements paid on lawsuits (675,000 )
Increase in life insurance (22,978 ) -
operating activities (1,975,123) - Net cash provided by (used in)
CASH FLOWS FROM INVESTING ACTIVITIES
Proceeds from sale of property, plant and equipment 23 , 295
Payment for purchase of equipment (460,003) -
Net cash used in investing activities (436,708) -
CASH FLOWS FROM FINANCING ACTIVITIES
Net borrowing under line of credit 2,700,000 Principal payments of line of credit --
Loan to affiliate (122 f 000) - 0
Net cash provided by (used in)
- financing activities 2,578,000
Net increase (decrease) in cash 166,169 I>
Cash at beginning of the year 570 , 594 -
$ 736,763 - $ - Cash at end of the year
The Notes to Financial Statements are an integral part of these
..
-. :
I i
I
.+
STEINY AND COMPANY, INC.
STATEMENTS OF CASH FLOWS
Years Ended June 30, 1988 and 1987 0 Increase (Decrease) in Cash
1988
RECONCILIATION OF NET INCOME TO NET CASH
PROVIDED BY OPERATING ACTIVITIES Net income
Adjustments to reconcile net income
to net cash provided (used in)
operating activities:
Depreciation 316,188 30,221 Bad debt expense
(Increase) decrease in:
$ 1,474,865 $ -
(Gain) on sale of asset (7,290)
Accounts receivable (3,887,490)
Costs in excess of billings 945,718 (20,606) Deferred income tax benefit
Prepaids 13,880 Refundable life insurance premiums (22,978) Cash surrender value of officers'
life insurance (6,135) Increase (decrease) in:
Accounts payable and accrued expenses 1,245,924 Accounts payable, affiliate 8,626
Costs in excess of billings 659,965
Income taxes payable 921,477 Deferred taxes .payable 13,647,488)
Total adjustments (3,449,988)
0
-
-
Net cash provided by (used in)
operating activities $(1,975,123) - $ -
The Notes to Financial Statements are an integral part of these
1
-- i ? i
t
..
-6-
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 0
Note 1. Significant Accounting Policies
Accounting for long-term contracts:
The Company recognizes income on long-term contrac
on the percentage-of-completion method. The
percentage of completion is determined by relatinc
the actual cost of work performed to date to the
current estimated total cost of the respective
contracts.
At the time a loss on a contract becomes known, tl entire amount of the estimated ultimate loss on bc short and long-term contracts is accrued.
Costs and estimated earnings in excess of billing: on uncompleted contracts represent the excess of
costs incurred and profits recognized on the
percentage-of-completion accounting method to datl
over billings to date on certain contracts. Billings in excess of costs and estimated earning. represent the excess of billings to date over cos
incurred and profits recognized on the percentage.
of-completion accounting method to date on the
remaining contracts.
Property and equipment:
0
Property and equipment are stated at cost.
Property and equipment is being depreciated using the straight-line method over periods ranging fro
to 10 years for shop equipment; 2 to 6 years for
furniture and fixtures; 2 to 5 years for automoti
equipment; 10 to 20 years for buildings: and over
the applicable lease terms for leasehold
improvements.
Maintenance and repairs are charged to expense as incurred. The cost and accumulated depreciation
items of property and equipment retired or otherw disposed of are removed from the related accounts
and any residual values are charged or credited t
income.
-
0
-7-
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 0
Note 1. Significant Accounting Policies (Continued)
Statement of Cash Flows:
During 1987, the Financial Accounting Standards 80;
issued a new standard that requires the Company to
report cash flows instead of changes in financial
position. Although required adoption is for fisca
years ending after July 15, 1988, the Company has
elected to comply with the new standard €or the ye,
ended June 30, 1988 and to restate the prior year
ended June 30, 1987.
Reclassifications:
Certain reclassifications have been made
financial statements of June 30, 1987 to conform t
the June 30, 1988 presentation.
to the
Note 2. Line Of Credit
The Company has available a $3,000,000 unsecured line
credit with Bank of America effective through October
1988. Borrowings under the line of credit bear intere prime rate, with interest payable monthly. The amount
outstanding at June 30, 1988 is $2,700,000. There we
amounts outstanding at June 30, 1987. The effective i
rate at June 30, 1988 was 8.3%.
0
-
0
-8-
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS 0 June 30, 1988
Note 3. Income Taxes
The provision for Federal and State income taxes, as
reflected on the statements of income, consists of the
following:
Federal State Tota
June 30, 1988
Current $2,765,846 $823,498 $3 I 585 Deferred (2,854,024) (814,070) (3,66€
$ (88,178) $ 9,428 $ (71
June 30, 1987
Current $ 562,466 $ 49,582 $ 61: Deferred 640,519 233,287 87:
$i1202,9a5 $282,869 $1,48!
Deferred taxes result from timing differznces in recog; certain income and expense items for financial reporti.
income tax purposes.
For the year ended June 30, 1987, the significant timi
difference occurred because the prior tax law allowed
contractors to recognize income on contracts opened be
February 28, 1986 using the completed contract method
generally accepted accounting principles only allowed
to be recognized using the percentage-of-completion me
Due to the provisions of the Tax Reform Act of 1986, a
contracts opened after February 281 1986 must be acco for on the percentage-of-completion method for tax acc
purposes.
During 1987, the Financial Accounting Standards Board new standard that requires the Company to change its II
accounting for deferred income taxes. Deferred taxes represents the amount of taxes payable in future year:
result of timing differences at the end of the current
Although required adoption of the new standard is sche
for calendar year 1989, the Company has elected to con
the fiscal year ended June 30, 1988 by recording a cun
catch-up adjustment. As a result, no retroactive res1 of the financial state-ments for the year ended June 3( is required.
0
e
-9-
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 a
Note 3. Income Taxes (Continued)
The significant items that affect deferred taxes for
current fiscal year are the effect of recognizing pro
tax purposes on contracts accounted for on the comple
contract method and the cumulative catch-up adjustmen
comply with the new Financial Accounting Standards Bo
pronouncement.
Differences in earnecl revenues
reported by the completed
contract method and the percentage-of-completion method $(3,122,158) 5
California franchise tax deducted for financial statement purposes
in the current year, not deducted
for tax purposes until the following year 266,567 (
General and administrative
expenses due to the Uniform Capitalization Rules 287,172
FASB 96 cumulative catch-up adjustment (1,099,675)
Other
1988
0
--
$(3,668,094) ; -
Note 4. Lease Commitments
As lessee:
The Company leases its operating facilities and
certain construction equipment under non-cancefa
operating leases expiring in the next three year
In most cases, management expects that in the nc
course of business, leases will be renewed or replaced by new leases.
-
0
- 10 -
STEINY AND COMPANY; INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 e
Note 4. Lease Commitments (Continued)
As lessee: (continued)
The following is a schedule by years of future
minimum rental payments required under non-
cancelable operating leases that have initial or
remaining lease terms in excess of one year:
Year ending June 30,
1989 $ 767,090 1990 366,467 1991 103,400
$1,236,957
Rental expense amounted to $1,101,921 in 1988 and
$829,335 in 1987. Included above are amounts paid
to a related party (see Note 6).
As lessor:
The Company leases part of its Orange County
facility to another firin under a non-cancelable
operating lease. The building is carried at cost
$601,118 less accumulated depreciation of $140,264.
Minimum future rentals for the year ending June 3C
are:
e
1989 $74,466 1990 74,466 1991 74,466
Note 5. Employee Profit Sharing And Stock Ownership Plans
On September 1, 1984, the employee profit sharing ret:
plan was terminated. All participants at that date be
100% vested. The plan assets are to be held in trust
normal distribution as specified in the original plan
agreement.
*
e
- 11 -
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 0
Note 5. Employee Profit Sharing And Stock Ownership Plans (Cc
On April 12, 1976, the Company established a qualified
employee stock ownership plan (ESOP). Contributions t
plan can be made in the form of Company stock or cash.
Company is under no obligation to make contributions c
maintain the plan for any length of time and may compl
discontinue or terminate the plan at any time without
liability. Cash contributions to the employee stock
ownership plan amounted to $495,599 and $445,412 for t
years ended June 30, 1988 and 1987, respectively.
Note 6. Related Party Transactions
The Company rents facilities in Baldwin Park from Mr.
Steiny, the Company's president and majority stockholr
The Company also rents facilities in Los Angeles and T
from the Steiny Family Trust. The rent expense amounl
$106,800 and $105,600 for the years ended June 30, 19<
1987, respectively. Future minimum rental payments hi included in lease commitments (see Note 4).
The Company has had several transactions with its aff
Computer Service Company, which involve purchases amoi
to $858,999 and $674,667 for the years ended June 30, and 1987, respectively, and outstanding accounts payai the affiliate amounting to $225,005 and $216,379 at tl dates. The Company had short-term notes receivable f:
Computer Service Company amounting to $615,000 and $4
at June 30, 1988 and 1987, respectively. The interes
on the notes is 9-1/2%. Interest income on the notes
years ended June 30, 1988 and 1987 amounted to $45,06
$18,574, respectively.
The Company has a split-dollar life insurance agreeme
the J. 0. Steiny Insurance Trust. Under the terms of
agreement, the Company pays the insurance premiums as
become due and will subsequently be reimbursed when t insurance policy is terminated. The amount to be rei is classified as an Other Asset on the balance sheets
Refundable life insurance premiums as of June 30, 198 1987 amounted to $204,943 and $181,965 respectively.
The Company allows its affiliate, Computer Service Co
to use part of its Orange County facility at no charg
e
-
e
- 12 -
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1988 0
Note 7. Contracts In Process
Comparative information with respect to contracts in E
follows:
1988
Expenditures on uncompleted
Estimated gross profit contracts $83,586,313 $t
2,864,867 -
Earned revenue 86,451,180 t
85,794,006 - I
$ 657,174 - $
Less billings applicable thereto
-
Included in accompanying balance sheets under following captions:
Costs and estimated earnings in excess of billings on
uncompleted contracts $ 4,348,095 $
0
Billings in excess of costs
- and estimated earnings (3 , 690,921)
$ 657,174 - - $
Note 8. Contingencies
Litigation:
During the fiscal year ended June 30, 1988, the
Company settled a complaint, filed in January 198 for vario'us violations of the trade regulations
laws. The settlement provided for voluntary dismissal of all causes of action in consideratic for payment of $375,000 to the plaintiffs. The
settlement is reflected in the income statement f
the year ended June 30, 1988.
-
0:
- 13 -
3
I
1 BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar charactt
to that included in the proposed Contract he/she has successful: performed and give references, with telephone numbers, which wi:
enable the City to judge his/her responsibility, experience ai skill. An attachment can be used, if notarized or sealed.
f
1
I I I I I
'Name and Phone' I I Date I
IContract 'Name and Address No. of Person I Type of 'Amount of I Completed I I of the Employer 1 to Contact 1 Work I Contract
!T/S s/L ! &JWO I 12 /fy 13/L0N ' @I
I I +f(? 1 *% 1 GT- 5-62 -&55 /7iS5/L , \,p-/~,7oooj I
I l/L/3, 706,"' I
I I I I I I I
I I I I 1 I
I
I
.I
I
I
b
I
1
I
1
I
I'
1
PAue /E/bw-N IWAUV I /ABC auhob4 I
I
I
\ +Q1)S~~~~/~~~ i%/L : I I I
I I I I I
I I I I I I
(General) **
:* r': *. ** t ss
1 STATE OF CALIFORNIA 61 k I COUNTY OF .% LJ? ir'>S ;r;J>
u On 3 t Stat
f' I
v)
p"w
E= xw p 2 to be the person whose name 2 subscribed
% 2 to the within instrument and acknowledged that i?,2- .Em
gt
Personally known to me (or proved to me on the basis of satisfactory evidence)
, 'E .1 executed the same
I 2
I;v f' k #b 2 1 Signature 91 181
WITNESS my hand and official seal
#-. 6tIC - CALtFmNtA
sM DiEGO COUNTY - ?.:Y camm expires NQY 9, 1990 ! -2 - -.-- ~ r *v-;rg-sJs940qpb@I.0
I\{,) i_ Cyf? p(y\
E ~ ne
ti k
.-.- - a b 1 e^aj { 4 1.) -&&\;,y1 ' Name (Typed or Printed)
(This are* for off c ai notmal seal) OFC-2056
I -25z=Aju P cxL.Q-+ >
Signature -fFiM 1. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL)
r * .I
1
I
t
1
1 County of 1
I -%
I
I
I
I
t
I
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
State of California 1 ) ss.
a- u , being first duly sworn,
(Signature) - deposes and says that he BF-& is u-6 6? a. (Title)
of w z LO% vlc - ‘I (Name’of Fir the party making the foregoing bid tEt the bid is not made in t interest of, or on behalf of, any undisclosed person, partnershi company, association, organization, or corporation; that the b
is genuine and not collusive or sham; that the bidder has n
directly or indirectly induced or solicited any other bidder to p
on a false or sham bid, and has not directly or- indirect
colluded, conspired, connived, or agreed with any bidder or anyo
else to put in a sham, bid, or that anyone shall refrain fr
bidding that the bidder has not in any manner, directly
indirectly, sought by agreement communication, or conference wi
anyone to fix the bid price, or of that of any other bidder, or fix any overhead, profit, or cost element of advantage against t public body awarding the contract of anyone interested in t proposed contract; that all statements contained in the bid a true; and further, that the bidder has not, directly or indirect1 submitted his or her bid price or any breakdown thereof, or t
contents thereof, or divulged information or data relative theret
or paid, and will not pay, any fee to any corporation, partnershi
company association, organization, bid depository, or to any memb or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true a
correct and that this affidavit was executed on the 3\ day
I)
%---
Signature
lpJLce
’ +, 1989* - iA3
I . &*
I
1)
1
1
1 CONTRACT - PUBLIC WORKS
This agreement is made this 30' I., day of Oc7!X&& , 1989, by ai between the City of Carlsbad, California, a municipal corporatioi (hereinafter called "Cityt1), and
whosedprincFaldplace of business is
(hereinafter called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all wo:
CtPinv and f
11383 Cuvwca F1 Caion CA (330313
f
anv Tnr I
1
I
I
1
I
b
I
I,
I
I
I
I
I
specified in the Contract documents for:
RANCHO CARLSBAD DRIVE & EL CAMINO REAL TRAFFIC SIGNAL
PROJECT NO. 3317
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provic all labor, materials, tools, equipment, and personnel 1
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of th. Contract; the bid documents, including the Notice 1
Bidders, Instructions to Bidders' and Contractor:
Proposals; the Plans and Specifications, the Speciz Provisions, and all proper amendments and changes ma( thereto in accordance with this Contract or the Plans ai
Specifications, and the bonds for the project; all of whic are incorporated herein by this reference.
The Contractor, her/his subcontractors, andmaterials 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 her/his subcontractors
and materials suppliers of this condition of the
Contract will not relieve her/him of the
responsibility of compliance.
1
4. Payment. All full compensation for Contractor's performam of work under this Contract, City shall make payment to tl
Contractor per Section 9-3 of the Standard Specificatioi for Public Works Construction. The closure date for ea( monthly invoice will be the 30th of each month. r
I
Invoices from the Contractor shall be submitted accordii to the required City format to the Cityls assigned projec
manager no later than the 5th day of each month. Paymenl will be delayed if invoices are received after the 5th ( each month. The final retention amount shall not 1
released until the expiration of thirty-five (35) da]
following the recording of the Notice of Completion pursuai
to California Civil Code Section 3184.
)
I
I
I
8
B
I
0
I
I
8
8
I
I
5. IndeDendent Investisation. Contractor has made i Independent Investigation of the jobsite, the so. conditions at the jobsite, and all other conditions thi
might affect the progress of the work, and is aware of tho: conditions. The Contract price includes payment for a:
work that may be done by Contractor, whether anticipated ( not, in order to overcome underground conditions. AI information that may have been furnished to Contractor I
City about underground conditions or other job conditio]
is for Contractor's convenience only, and City does nc
warrant that the conditions are as thus indicate(
Contractor is satisfied.with all. job conditions, includii underground conditions and has not relied on informatic furnished by City.
6. Contractor ResDonsible for Unforeseen Condition: Contractor shall be responsible for all loss or dama! arising out of the nature of the work or from the action ( the elements or from any unforeseen difficulties which m? arise or be encountered in the prosecution of the work unt: its acceptance by the City. Contractor shall also 1 responsible for expenses incurred in the suspension ( discontinuance of the work. However, Contractor shall nc
be responsible for reasonable delays in the completion (
the work caused by acts of God, stormy weather, extra worl or matters which the specifications expressly stipulate wi:
be borne by City.
7. Chanqe Orders. City may, without affecting the validity ( the Contract, order changes, modifications and extra WOI
by issuance of written change orders. Contractor shall mal no change in the work without the issuance of a writtt
change order, and Contractor shall not be entitled I compensation for any extra work performed unless the Cil
has issued a written change order designating in advance t€ amount of additional compensation to be paid for the worl
If a change order deletes any work, the Contract price shal
be reduced by a fair and reasonable amount. If the partit are unable to agree on the amount of reduction, the WOI shall nevertheless proceed and the amount shall 1 determined by litigation. The only person authorized I order changes or extra work is the Project Manager. T€ written change order must be executed by the City Manage] 1 It-
I
I
if it is for $15,000.00 or less or approved by the
City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00.
8. Immisration Reform and Control Act. Contractor shall comp with the requirements of the llImmigration Reform and Contrl Act of 1986" (8 USC Section 1101-1525).
9. Prevailins Waqe. Pursuant to the California Labor Code, tl director of the Department of Industrial Relations h(
determined the general prevailing rate of per diem wages accordance with California Labor Code, Section 1773 and
copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Californ Labor Code, Section 1775, Contractor shall pay prevailii wagers. Contractor shall post copies of all applicab: prevailing wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pay a: expenses of defense, and indemnify and hold harmless tl
City, and its officers and employees, from all claims, loss
damage, injury and liability of every kind, nature ai
description, directly or indirectly arising from or :
connection with the performance of the Contractor or worl
or from any failure or alleged failure of Contractor 1 comply with any applicable law, rules or regulatioi including those relating to safety and health: except fc
loss or damage which was caused solely by the acti7 negligence of the City; and from any and all claims, 10s:
damages, injury and liability, howsoever the same may 1 caused, resulting directly or indirectly from themature c
the work covered by the Contract, unless the loss or damas was caused solely by the active negligence of the City. TI
expenses of defense include all costs and expenses includir
attorneys fees for litigation, arbitration, or other disput resolution method.
11. Insurance. ' Without limiting Contractor's indemnificatior it is agreed that Contractor shall maintain in force at a1
times during the performance of this agreement a policy c
policies of liability insurance at least $1,000,000.(
combined single limit covering its operations, includir
coverage for contractual liability and insurance coverir
the liability set forth herein.
The policy or policies shall comply with the special
insurance instructions in the Supplementary General Provisions and shall contain the following clauses:
A.
i
I
8
8
II
I.
6
I
I
II
8
I
8
I
"The City is added as an additional insured as respect
operations of the named insured performed under contrac with the City." i'
I
1
I
"It is agreed that any insurance maintained by the Cit shall apply in excess of and not contribute witF insurance provided by this policy."
B.
All insurance policies required by this paragraph shal contain the following clause:
A. "This insurance shall not be cancelled, limited or nor
renewed until after thirty (30) days written notice hz been given to the City."
"The insurer waives any rights of subrogation it has c may have, against the City or any of its officers c employees. II
1
1
8
B
1
I
0
I
I
I
B
I
B.
Certificates of insurance evidencing the coverage require by the clauses set forth above shall be filed with the Cit prior to the effective date of this agreement. 1
12. Workers' Compensation. Contractor shall comply with tk requirements of Section 3700 of the California Labor Codc Contractor shall also assume the defense and indemnify ar save harmless the City and its officers and employees frc
all claims, loss, damage, injury, and liability of eve] kind, nature, and description brought by any person employc or used by Contractor to perform any work under thi Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the Cit certification of the policies mentioned in Paragraphs 10 ar
11 or proof of worker's compensation self-insurance pric
to the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with tk
Government Tort Claims Act (California Government COC
Section 900 et seq.) prior to filing any lawsuit for breac
of this contract of any claim or cause of action for monc
or damages.
15. Maintenance of Records. Contractor shall maintain and mal
available at no cost to the City, upon request, records 1
accordance with Sections 1776 and 1812 of Part 7, Chaptc
Contractor does not maintain the records at Contractor' principal place of business as specified above, Contractc
shall so inform the City by certified letter accompanyir
the return of this Contract. Contractor shall notify tf
City by certified mail of any change of address of suc records.
1, Article 2, of the California Labor Code. If tf m
16. Labor Code Provisions. The provisions of Part 7, Chaptc
1, commencing with Section 1720 of the California Labor COC are incorporated herein by reference. t
I
(General)
l SS
1 STATE OF CALIFORNIA
g I COUNTYOF SAN DIEGO
d On 8 1 State, personallyappearednnnrp; b1rP PreqidPnt
e
2.
01 x 2 to be the person __ whose name
2
October 20, 1989 before me, the undersigned, a Notary Public In and ,'
$2
g;
w< w ,- -- -sm executed the same
personally known to me (or proved to me on the basis of SatlSfactory e
ir subscribed
to the wlthln instrument and acknowledged that he
t- TRACY 0. EKDOM
Name (Typed or Prlnted)
(Thlr area for Or(icia1 r OFC-2056
COUNTY OF L0s Angeles
the Corporation executed it.
WlTNESS mY hand and official sea
1
17. Security. Securities in the form of cash, cashier's check or certified check may be substituted for any monic withheld by the City to secure performance of this contrac for any obligation established by this contract. Any othc
security that is mutually agreed to by the Contractor ar the City may be substituted for monies withheld to ensui performance under this Contract.
I
I
I
8
I'
I
1
I
6
t
18. Provisions Required bv Law Deemed Inserted. Each and eve] provision of law and clause required by law to be insert€
in this Contract shall be deemed to be inserted herein ax included herein, and if, through mistake or otherwise, ax
such provision is not inserted, or is not correct1
inserted, then upon application of either party, tl
Contract shall forthwith be physically amended to make su(
insertion or correction.
19. Additional Provisions. Any additional provisions of th: agreement are set forth in the "General Provisions" ( "Special Provisionst1 attached hereto and made a part here01
STEINY AND COMPANY, INC.
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS
'lir
MUST BE ATTACHED.) Title JAY E PERRYs SECmARY -d2.9--- (CORPORATE SEAL) 1 Title cw_k L -
I OVED AS TO FORM:
la. 30 * & . City Attorney
ATTEST :
I ALn baa,
&w/Q l2ALzZA- I
8
I
City Clerk
I:
1
1
8 u CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the Labor Cod which requires every employer to be insured against liability fc workers' compensation or to undertake self-insurance in accordanc with the provisions of that code, and I will comply with SUC provisions before commencing the performance of the work of thi Contract. 'I
it '
1
II
1
1
I
i,
1
II
I
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
'!I am aware of the requirements of the Immigration Reform ar Control Act of 1986 (8 USC Section 1101-1525) and have complic
with these requirements, including, but not limited to, verifyir the eligibility for employment of all agents, employees
subcontractors, and consultants that are included in thj Contract. )I
CONTRACTOR'S CERTIFICATION OF COMPLIANCE I OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that
in preforming under the Purchase Order awarded by the City 1 Carlsbad, will comply with the County of San Diego Affirmati' Action Program adopted by the Bo current amendments.
(Legal Name of Contractor)
84 j,A-ajy- d g, ,
Date
--- Title
COUNTY OF LOs Ange1es
dayof October, 1989 , in the
before me, the undersigned, a Notary Public in and for said State, persoi Jay E. Perry - Secretary
STEINY AND COMPANY,INC. , personall
(Or proved to me on the basis of satisfactory evidence) to be the person wh
within instrument on behalf of the Corporation therein named, and acknowled
the Corporation executed it.
WITNESS my hand and official seal.
I
Alexander & Alexander of California Inc.
3550 Wilshire Boulevard
Los Angeles, California 90010 COMPANIES AFFORDING COVERAGE
TWX 910-321-2907 ALEXLSA LSA COMPANY
LETTER A Transportation Insurance Corn pan SUB-CODE
COMPANY B LETTER
COMPANY Steiny and Company, Inc. LEnER c
P. 0. Box 8100 COMPANY Baldwin Park, California 91 706-0993 LETTER D
COMPANY LETTER E
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ALL LIMITS IN THOU POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MMIDDIYY) TYPEOFINSURANCE POLICY NUMBER
GENERAL AGGREGATE
PRODUCTS-COMPIOPS AGGREGA
PERSONAL & ADVERTISING INJUI
EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one per%
COMBINED SINGLE $
GENERAL LIABILITY
GL 9007411503 07-0 1-89 07-0 1-90
CLAIMS MADE x OCCUR
OWNER’S & CONTRACTOR’S PROT
AUTOMOBILE LIABILITY
LIMIT 1,000, x ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS BUA 4007411500 07-0 1-89 07-0 1-90 (Per person) X HIREDAUTOS BODILY x NON-OWNED AUTOS (Per accident) INJURY S
GARAGE LIABILITY PROPERTY $ DAMAGE
EACH OCCURRENCE
$ $
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER’S COMPENSATION
AND
EMPLOYERS’ LIABILITY
STATUTORY
$ 1,000 (EACH
W C 70074 11499 07-0 1-89 07-0 1-90 $ 1,000 (DISEP
(DISEP $ 1,000
S/J/N: 10175 Additional Insured Endorsement/Prha.ry Clause Attached
DESCRIPTION OF OPERATlONSILOCATlONS/VEHlCLES/RESTRlCTlONSISPECIAL ITEMS
Contract 3317, Rancho Carlsbad Dr. and El Camino Real Traffic Signal
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEI City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
*
' v POLICY NUMBER: COMMERCIAL GENERAL LlAE
THIS ENDORSEMENT CHANGE§ THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR a
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Carlsbad, its officials, employees Steiny Job No: 10175
and volunteers
I
(If no entry appears above, information required to complete this endorsement will be shown in the Deck as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization show
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
0
IT Is AGm THAT THIS POLICY IS PF?IMKRY AS RESPEKTS ADDITIONAL INS= AND AN
CYI'HER INSURANCE P"TAI?JED BY THE ADDITIONAL INSURED IS mCESS AND NONCONTRIBU WITH THIS INSURANCE.
CG 20 10 11 85 Copyright, Insurance Services Office, Inc.. 1984
0
a
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
I P B
This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hereinafter called tlCitytt and
whose address is
hereinafter called ItContractort1 and
whose address is
hereinafter called *IEscrow Agent. It
For the consideration hereinafter set forth, the Owner, Contractc and Escrow Agent agree as follows:
Pursuant to Section 22200 of the Public Contract Code tl
State of California, Contractor has the option to depos
securities with Escrow Agent as a substitute for retentic
earnings required to be withheld by City pursuant to tl Construction Contract entered into between the City ai Contractor for
in the amount of dated (hereinafter referred to as the ItContracttt). A copy of sa:
contract is attached as Exhibit "Att. When Contractc
deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within tc
(10) days of the deposit. The market value of tl securities at the time of the substitution shall be at leas
equal to the cash amount then required to be withheld i
retention under the terms of the Contract between the Cit
and Contractor. Securities shall be held in the name of and shal
designate the Contractor as the beneficial owner. Prior t
any disbursements, Escrow Agent shall verify that tk
present cumulative market value of all securitie
substituted is at least equal to the cash amount of a1 cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor fc
such funds which otherwise would be withheld from progres payments pursuant to the Contract provisions, provided tha the Escrow Agent holds securities in the form and amoun specified above.
Alternatively, the City may make payments directly to Escrc
Agent in the amount of retention for the benefit of the Cit until such time as the escrow created hereunder i
terminated.
d
P
ii
I
I
b
1
I
I
E
I
I
I
1
1.
I
2.
3.
t
2
Contractor shall be responsible for paying all fees for th
expenses incurred by Escrow Agent in administering th
escrow account. These expenses any payment terms shall k determined by the Contractor and Escrow Agent.
5. The interest earned on the securities or the money mark€
accounts held in escrow and all interest earned on tha interest shall be for the sole account of Contractor ar
shall be subject to withdrawal by Contractor at any time ar
from time to time without notice to the City.
Contractor shall have the right to withdraw all or any pal of the principal in the Escrow Account only by writtc notice to Escrow Agent accompanied by written authorizatic
from City to the Escrow Agent that City consents to tl
withdrawal of the amount sought to be withdrawn t Contractor.
The City shall have a right to draw upon the securities : the event of default by the Contractor. Upon seven (7) da:
written notice to the Escrow Agent from the City of tl default of the Contractor, the Escrow Agent sha: immediately convert the securities to cash and sha:
distribute the case as instructed by the City.
8. Upon receipt of written notification from the Cii
certifying that the Contractor has complied with a.
requirements and procedures applicable to the Contrac'
Escrow Agent shall release to Contractor all securities ai interest on deposit less escrow fees and charges of tl Escrow Account. The escrow shall be closed immediately up( disbursement of all monies and securities on deposit a payments of fees and charges.
9. Escrow Agent shall rely on the written notifications fr
the City and the Contractor pursuant to Sections 4 to
inclusive, of this agreement and the City and Contract
shall hold Escrow Agent harmless from Escrow Agent's relea
and disbursement of the securities and interest as set for
above.
1
4. i
I
1
I c
I
t
f
I
I
El
Ji
I
li
I
I
6.
7.
?
2
The names of the persons who are authorized to give writtc notices or to receive written notice on behalf of the Cit
and on behalf of Contractor in connection with tk
foregoing, and exemplars of their respective signatures ai
as follows:
For City: Title
I
1
P
E
4
1
cc
b
1
1
1 c
1
L
10. d
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
a
Name
Signature
Address
At the time the Escrow Account is opened, the City a Contractor shall deliver to the Escrow Agent a ful executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above.
For City: Title
Name
Signature -
Address
For Contractor: Title
Name
Signature 1E Address ?
I
2
I
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
I a PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full fc all compensation of whatever nature due the Contractor for a:
labor and materials furnished and for all work performed on tl
above-referenced project for the period specified above with tl
exception of contract retention amounts and disputed claii specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
1
P e
DISPUTED CLAIMS
a
il DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any claim t
Contractor may have, of whatever type or nature, for the peri
specified which is not shown as a retention amount of a disput claim on this form. This release and waiver has been ma voluntarily by Contractor without any fraud, duress or und influence by any person or entity.
Contractor further certifies, warrants, and represents that a bills for labor, materials, and work due Subcontractors for t
specified period have been paid in full and that the parti
signing below on behalf of Contractor have expressed authority
execute this release.
DATED:
s
1
I
1
I
I PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
1 BY
8 BY t
I
2
1
1
1
II e
1
SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown, !I Ilindicated, I) "detailed, 18 "noted, )I "scheduled,
or words of similar import are used, it shall be understood thz
reference is made to the plans accompanying these provisions
unless stated otherwise.
B. Directions:
Where words "directed, It Ildesignated, It llselected, It or words c
similar import are used, it shall be understood that the directior
designation or selection of the Engineer is intended, unless statc
otherwise. The word "required" and words of similar import sha! be understood to mean "as required to properly complete the WOI as required and as approved by the City Engineer," unless state
otherwise.
t
' m
0 C. Equals and Approvals:
Where the words "equal, (I "approved equal, II "equivalent, (I and su( words of similar import are used, it shall be understood such won
are followed by the expression "in the opinion of the Engineer
unless otherwise stated. Where the words "approved," llapproval lgacceptance,tv or words of similar import are used, it shall 1 understood that the approval, acceptance, or similar import of tl Engineer is intended.
C
i
I
I.
I
1
B D. Perform and Provide:
The word I1performt1 shall be understood to mean that the Contract0 at her/his expense, shall perform all operations, labor, tools a;
equipment, and further, including the furnishing and installing (
materials that are indicated, specified or required to mean th(
the Contractor, at her/his expense, shall furnish and install t: work, complete in place and ready to use, including furnishing 1
necessary labor, materials, tools, equipment, and transportatio
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 6 approved representative t
I
21
I
# 2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specification for Public Works Construction, 1985 Edition, the 1986 supplement
and the January, 1986 Standard Special Provisions, hereinafte
designated SSPWC, as issued by the Southern California Chapter o the American Public Works Association, and these Genera
Provisions.
The Construction Plans consist of - sheet(s) designated as Cit of Carlsbad Drawing No. - . The standard drawings utilized fa this project are the latest edition of the San Dieqo Area Reqiona
Standard Drawincrs, hereinafter designated SDRS, as issued by th
San Diego County Department of Public Works, together with the Cit
of Carlsbad Supplemental Standard Drawings. Copies of pertinen standard drawings are enclosed with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with th
product manufacturer's direction, the Contractor shall obtain ar
distribute the necessary copies of such instruction, including th (2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawinqs:
The Contractor shall provide and keep up-to-date a complete "as
builtll record set of transparent sepias, which shall be correct6 daily and show every change from the original drawings a1 specifications and the exact llas-builtll locations, sizes and kinc of equipment, underground piping, valves, and all other work nc visible at surface grade. Prints for this purpose may be obtainc from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivert
to the Engineer upon completion of the work.
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 h
appointed representative. The Engineer shall have free access * any or all parts of work at any time. Contractor shall furbi Engineer with such information as may be necessary to keep her/h
fully informed regarding progress and manner of work and charact
of materials. Inspection of work shall not relieve Contractor fr
any obligation to fulfill this Contract.
t
8
I
I
II
b
1
b
t
?I
1
I
I
I
I
'
G-
2'
II
1 Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency wil bear the cost of testing materials and/or workmanship where th
results of such tests meet or exceed the requirements indicated i
the Standard Specifications and the Special Provisions. The cos of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of h
materials shall be approved by him before the delivery is started
All materials proposed for use may be inspected or tested at an time during their preparation and use. If, after trial, it i found that sources of supply which have been approved do no
furnish a uniform product, or if the product from any source prove unacceptable at any time, the Contractor shall furnish approve material from other approved sources. After improper storage handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance wit
the notes on the plans and the SSPWC. Compaction tests may be mad by the City and all costs for tests that meet or exceed tl-
requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deem€
necessary by the Engineer. The costs of any retests made necessal by noncompliance with the specifications shall be borne by tk Contractor.
Add the following section:
4-1.7 Nonconforming Work
The contractor shall remove and replace any work not conforming i
the plans or specifications upon written order by the Engineei
Any cost caused by reason of this nonconforming work shall be bori by the Contractor.
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by search of known records, endeavored to locate and indicate on t! Plans, all utilities which exist within the limits of the wor
However, the accuracy of completeness of the utilities indicat on the Plans is not guaranteed.
t
I
I
1
I
8
6
I
I
1
#
1
I
8 t
t
E
5-4 RELOCATION
Add :
The temporary or permanent relocation or alteration of utilitie including service connection, desired by the Contractor for his/h
own convenience shall be the Contractor's own responsibility, a
3
he/she shall make all arrangements regarding such work at no cos
to the City. If delays occur due to utilities relocations whic were not shown on the Plans, it will be solely the City's optio to extend the completion date.
In order to minimize delays to the Contractor caused by the failur of other parties to relocate utilities which interfere with th construction, the Contractor, upon request to the City, may b
permitted to temporarily omit the portion of work affected by th
utility. The portion thus omitted shall be constructed by th Contractor immediately following the relocation of the utilit
involved unless otherwise directed by the City.
1
I
1
.I
1
1
4
8
I,
D
II
I
1
I
I
1
1
t
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor PC
Section 6-1 of the SSPWC at the time of the preconstructic
conference. No changes shall be made to the construction schedul
without the prior written approval of the Engineer. Any progree payments made after the scheduled completion date shall nc
constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal c
relocation of conflicting utilities shall be requirements prior t
commencement of work by the Contractor.
6-7 TIME OF COMPLETION
The Contractor shall begin work within 7 calendar days aft6 receipt of the *lNotice to Proceed" and shall diligently prosecul the work to completion within 90 consecutive days after the dal
of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between tl
hours of 7:OO a.m. and sunset, from Mondays through Fridays. TI
contractor shall obtain the approval of the Engineer if he/sl
desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with tl
written permission of the Engineer. This written permission mu:
be obtained at least 48 hours prior to such work. The Contract( shall pay the inspection costs of such work.
t
3
1
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing o a "Notice of Completioni1 and any faulty work or material discovered during the guarantee period shall be repaired o
replaced by the Contractor, at his expense.
i
1
I
1
1
0
I
1)
II c
It
E
T
1
1
1
6-9 LIOUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assess€ the sum of $300 per day for each day beyond the completion date E
liquidated damages tof-he delay. Any progress payments made aft€ the specified completion date shall not constitute a waiver of thj paragraph or of any damages.
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows:
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of tl
contract insurance against claims for injuries to persons (
damages to property which may arise from or in connection with tl
performance of the work hereunder by the Contractor, his agent: representatives, employees, or subcontractors. If the insuranc
is on a "claims madeiq basis, coverage shall be maintained for
period of three years from the date of completion of the work. TI cost of such insurance shall be included in Contractorls bid. TI insurance company or companies shall meet the requirements of Cii Council Resolution No. 8108.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/7 covering Comprehensive General Liability; and Insuran Services Office form number GL 0404 covering Broad Fo Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1/7
covering Automobile Liability, Code 1. "any auto" ; and
the State of California and Employers' Liabili Insurance.
3. Workers' Compensation as required by the Labor Code
t
3
II
1 B. Minimum Limits of Insurance
Contractor ski~ll maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combine
single limit per occurrence for bodily injury an
property damage. If the policy has an aggregate limit a separate aggregate in the amounts specified shall b established for the risks for which the City or it
agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single limi per accident for bodily injury and property damage.
. 3. Workers' Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of t€- State of California and Employers' Liability limits c
t
1
li
E
P
Q
9
1
I
1
1 c
t
P
1
I $1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declarc to and approved by the City. At the option of the Cit) either: the insurer shall reduce or eliminate SUC
deductibles or self-insured retentions as respects the Citj
its officials and employees; or the Contractor shall procui a bond guaranteeing payment of losses and relate investigation, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, tl following provisions:
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and voluntee:
are to be covered as insured as respects: liabili. arising out of activities performed by or on beha of the Contractor: products and complete operatio]
of the Contractor: premises owned, leased, hired t borrowed by the Contractor. The coverage sha
contain no special limitations on the scope 1
protection afforded to the City, its official
employees or volunteers.
The Contractor's insurance coverage shall be prima insurance as respects the City, its official
employees and volunteers. Any insurance or sel insurance maintained by the City, its official employees or volunteers shall be in excess Contractor's insurance and shall not contribute wi it.
b.
t
3
Any failure to comply with reporting provisions o the policies shall not affect coverage provided t
the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insuranc
shall apply separately to each insured against who
claim is made or suit is brought, except wit
respect to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coverage
The insurer shall agree to waive all rights o subrogation against the City, its officials, employee
and volunteers for losses arising from work performed b
U
51 c. t
I a
c
Q
0
b
c
1
I
I
1
1
5 Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall b
endorsed to state that coverage shall not be suspended voided, cancelled, reduced in coverage or in limit except after thirty (30) days' prior written notice b certified mail, return receipt requested, has been give to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rating of no less than A:XI unless otherwise authorized
by City Council Resolution No. 8108. I F. Verification of Coverase
Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsement 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 provided by the City and are to be received and approved by the City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insured unde
its policies or shall furnish separate certificates an
endorsements for each subcontractor. All coverages fo
subcontractors shall be subject to all of the requirement I stated herein.
c
3
P s
a
I
1
1
I
I
b
1
t
1
1
1
I
3
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, a1 encroachment, right-of-way, grading, and building permits necessar to perform work for this contract on City property, in streets highways (except State highway right-of-way), railways or othc rights-of-way.
Add the following:
Contractor shall not begin work until all permits incidental t
the work are obtained.
t
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 ai other non-working days at the City's request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall 1
equipped with mufflers in good repair when in use on the projec
with special attention to City Noise Control Ordinance No. 310' 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 safe
. of employees on the work and shall comply with all applicab provisions of Federal, State and Municipal safety laws and build1 codes to prevent accidents or injury to persons on, about, adjacent to the premises where the work is being performed. He/s
shall erect and properly maintain at all time, as required by t
conditions and progress of the work, all necessary safeguards f
the protection of workers and public, and shall use danger sig
warning against hazards created by such features of constructi
as protruding nails, hoists, well holes, and falling materials. I 7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.0
Excavation and Grading. t
I
II
I
d
d
J
E
il
b
1
5
li
1
E
L
I
If this notice specifies locations or possible materials, such E
borrow pits or gravel beds, for use in the proposed constructic project which would be subject to Section 1601 or Section 1603 c t, the Fish and Game Code, such conditions or modificatior established pursuant to Section 1601 of the Fish and Game Coc 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 wii reductions in amount of retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or register1
civil engineer to perform necessary surveying for this projec.
Requirements of the Contractor pertaining to this item are sc
forth in Section 2-9.5 of the SSPWC. Contractor shall include
cost of surveying service within appropriate items of proposa
No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor
surveyor for curbs at 50' intervals (25' intervals for curves curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, sto drains, and structures (4 corners min.). Rough grade as requiri to satisfy cut of fill to finished grade (or flowline) as indicat
on a grade sheet.
Contractor shall transfer grade hubs for construction a
inspection purposes to crown line base grade of streets as requir
by Engineer.
Contractor shall protect in place or replace all obliterated surv
monuments as per Section 8771 of the Business and Profession
Code.
Contractor shall provide Engineer with 2 copies of survey c
sheets prior to commencing construction of surveyed item.
'
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utili2 during the construction under this contract. The Contractor sha
contractor shall include the cost of water and meter rental with
appropriate items of the proposal. No separate payment will made.
contact the appropriate water agency for requirements. T I t
d
I
L - I SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-2.2) crushed slag base (Section 200-2.3), or crushed miscellaneous bas
?
PI (Section 200-2.4) .
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement to I: used or furnished shall be low alkali and shall be either Type or Type I1 Portland Cement conforming to ASTM C 150, or Type :
(MS) Portland Pozzolan Cement conforming to ASTM C 595, unle:
otherwise specified.!!
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace Ill, 000 ppm (mg/L) of sulfates" with "1,3(
I
I s r
b
1
5
1
I
1
I
I (mg/L) ppm of sulfates.Il
Third paragraph replace 11800 ppm (mg/L) of sulfatesqt with 111,3( (mg/L) ppm of su1fates.I'
(b) Air-entrainins Admixtures
Last paragraph amend to read: percent is allowed. be determined California Test Method No. 504."
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown
following table:" Also delete table.
Modify Section 201-1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certificate "Transit mixed concrete may be certified by mix design numbe
provided a copy of the mix proportions are kept on file at tl
plant location for a period of 4 years after the use of the mix
201-2 STEEL REINFORCEMENT FOR CONCRETE
"A toler'ance of plus or minus 1-1, The air content of freshly mixed concrete wi.
f
' No changes.
t
I
1,
.. -
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or TYE
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer 1 s field laboratory.
Last paragraph, add after D 2172: I1method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
Add the following: llOpen graded asphalt concrete stored in exce: of 2 hours, and any other asphalt concrete stored in excess of I hours, shall not be used in the work.11
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: llUnless otherwise specified, AI 4000 paving grade asphalt shall be used for Type I11 asphaltj concrete, and AR-8000 paving grade asphalt shall be used fc asphalt concrete dikes."
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 sieve shal
be determined by washing the material through the sieve with watei
No less than 1/2 of the material passing the No. 200 sieve I:
washing shall pass the No. 200 sieve by dry sieving.11
Add the following paragraph: "Fine aggregate shall be tested fc soundness in accordance with ASTM D-1073, and shall not excec fifteen percent (15%) loss by weight."
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternatc for Test Method No. Calif. 217."
I11 C3-AR 4000. t
t
6
I s
8 c
1)
1
3
I
1E.
I
I
I
I
t
CLASS B2 B3
1" (25mm)
3/4" (19mm)
1/2" (13mm)
3/8" (lOmm)
No. 4
No. 8
No. 30
No. 200
1
100 100 100 100
87-100 90-100 90-100 95-100
75-95 80-90 85-100 85-95
50-80 60-75 60-84 65-80
30-60 40-55 40-60 45-60
22-44 27-40 24-50 30-45
8-26 12-22 11-29 15-25
1-8 3-6 1-9 . 3-7
Asphalt % 4.6-6.0 4.6-6.0
1
Each test specimen will be prepared by hand shaking for 30 second:
a single loading of the entire sample on a 12-inch diameter, Nc
4 sieve nested on top of a 12-inch diameter, No.
Where a coarse aggregate bind contains material which will pa: the maximum size specified and be retained on a 3/8 inch sievc
the test specimen weight and volume of wash water specified fc one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area during c
immediately after discharge from each bin of the batching plant c
immediately prior to mixing with asphalt in the case of continuoi
mixers.
The Cleanness Value of the test sample from each of the bins wil
be separately computed and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggregates
as follows:
After fifth paragraph, add: "When the Contractor adds supplement?
fine aggregate, each such supplemental fine aggregate used shal
be stored separately and kept thoroughly dry.
8 sieve. i
E
8
I
I
1
1)
1
I
I
I
E
I
T
P 204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood
or treated construction grade Douglas Fir.
204-2 TREATMENT WITH PRESERVATIVES t No change.
207-2 REINFORCED CONCRETE PIPE
The pipeline layout and connector pipe list required unde
Paragraph 3, 207-2.1, is waived.
210-1 PAINT
Paint for striping shall be white.
c
I
4
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
300-2 UNCLASSIFIED EXCAVATION
Excavation of material in the 30' x 24' area of the parking lo
entrance is required to enable the entrance to properly connec
the parking lot to the existing parking facilities of the buildin with a 6" section of aggregate base and asphalt concrete. Paymen
for the excavation will be per the lump sum price bid fo
excavation.
i
t
301-1 SUBGRADE PREPARATION
1
S
I
I.
b
I
8
I
1
c
E
li
Contractor will protect the existing D.G. in place except wher
necessary to excavate in the entrance area. Scarifying an cultivating is therefore not required for this contract.
301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT @ A prime coat is not required for this contract. A seal coat i required and shall conform the Section 302-5.9 of thes supplemental provisions.
Modify Section 302-5.1, General, as follows:
'Paragraph 1, replace ttSection 203-6" with "Section 400-4. 'I
Last paragraph, add: "All testing of underground installations a any given point shall be completed before the surfacing is place
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-25O1I add *lor MC 70."
Modify Section 302.5.5.2, Density and Smoothness, as follows:
First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm).
Modify Section 302-5.5.1, Rolling General, as follows:
Second paragraph, Part (2), add:
Vibratory rollers shall be limited to breakdown, unless otherwis
directed by the Engineer.:
After last paragraph, add: Wnless directed by otherwise th Engineer, the initial breakdown rolling shall be followed by
pneumatic-tired roller as described in this Section.tt
1. at that point.It
t
4:
I
To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be included ii the unit price bid for asphalt concrete.
Add the following:
302-5.9, Seal Coat
All asphalt concrete surfaces shall be seal-coated unless otherwisc
specified. The seal coat shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asphaltic emulsion shal.
be mixing type conforming to Section 203-3, "Emulsion Asphalt.'
Sand shall be clean and dry.
Immediately before applying asphaltic emulsion, the surface to bc
seal-coated shall be thoroughly cleaned of all dirt and loosc
material. Asphaltic emulsion shall not be applied when the stree is overly wet or when the atmospheric temperature is below 5 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a power sprayin device that uniformly applies the emulsion to the surfacing at
rate of 0.1 to 0.15 gallon per square yard. The distributor spra
bar shall be equipped with asphaltic emulsion-type spray jets
Curbs, gutters, and other adjoining improvements shall be careful1
protected from the emulsion, and any such improvements spattere
or touched with emulsion shall be carefully cleaned.
Immediately after the application of asphaltic emulsion, a cove coat of sand shall be spread at the rate of 6 to 12 pounds pe square yard. After the sand has been spread, any piles, ridges
or uneven distribution shall be broomed to maintain an even laye
over the surface. Five days after the seal coat has been applied
the surface shall again be broomed and any excess sand shall b
picked up and removed from the job, The Engineer may authorize th
sand to be broomed, picked up and removed from the job after 2 o
more days.
i
I
1
Ilk
1
I
b
U
I
1
I'
E
u
I
303-2 AIR-PLACE CONCRETE B No changes.
306-1 OPEN TRENCH OPERATIONS
18" RCP shall have a minimum cover of one (1) foot below finishe grade. Bedding may be aggregate base per these specifications Compaction shall be a minimum of 90% density and backfill shall b B mechanically compacted.
t
I
4
310-5 PAINTING VARIOUS SURFACES
Modify Section 310-5.6.10, Painting Traffic Striping, Pavemen
Markings and Curb Markings, as follows:
Payment for all pavement marking shall be a lump sum as propose in the bid documents.
i
I
1
I
1
I
I
b
I
1
II
I
I
@
#
li
t
I i 1
I
a
1
I
I
b c
It
1
I
li
c
8
I
SPECIAL PROVISIONS
FOR I TECHNICAL SPECIFICATIONS
?
L
I.
TRAFFIC SIGNAL INSTALLATION - Furnishing and installing traffic signals an
payment therefore shall conform to the provisions in Section 86, "Signals 4
Lighting", of the CALTRANS Standard Specifications, dated January 1988, and thes
Special Provisions.
Equipment List and Drawings
Equipment list and drawings of electrical equipment and material shall conform t
the provisions in Section 86-1.03, "Equipment List and Drawings", of the CAI
TRANS Standard Specifications and these Special Provisions.
The controller cabinet schematic wiring diagram and intersection sketch shall bl
combined into one drawing, so that, when the cabinet door is fully open, thl
drawing is oriented with the intersection.
The Contractor shall furnish a maintenance manual for all controller units, auxiliar equipment, vehicle detector sensor units, control units and amplifiers. Th;
maintenance manual and operation manual may be combined into one manual
One copy of the maintenance and operation manual shall be submitted to the Cit
prior to installation. The maintenance manual shall include, but need not bc limited to the following items:
i
I
I
II
I
1
b
1
1
I
I
I
(a) Specifications
(b) Design Characteristics
(c) General Operation Theory
(d) Function of all Controls
(e) (9 Block Circuit Diagram
(g) Geographical Layout of Components
(h) Schematic Diagrams
(i)
Foundations
Foundations shall conform to the provisions of Section 86-2.03, "Foundations", of the CALTRANS Standard Specifications and these Special Provisions.
Portland cement concrete shall conform to Section 90-10, "Minor Concrete", of the CALTRANS Standard Specifications and shall contain not less than 470 pounds of
cement per cubic yard, except concrete for pile foundations shall contain not less
than 564 pounds of cement per cubic yard.
The Fifth Paragraph in Section 86-2.03, "Foundations", of the CALTRANS Standard
Specifications is amended to read:
"Cast in drilled hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 49, "Piling", with added requirements that standards shall not be erected until seven (7) calendar days
Trouble Shooting Procedure (Diagnostic Routine)
List of Replaceable Component Parts with Stock Numbers
2
c
@
I
t
1
4
have elapsed after placing the concrete and that material
resulting from drilling holes shall become the property
of the Contractor. II
Excess unclassified material resulting from foundations or gradin shall become the property of the Contractor and shall be proper1 disposed of.
Conduit
Conduit shall conform to the provisions of section 86-2.0 l1ConduitV1 of the CALTRANS Standard Specifications and these Specia Provisions.
Rigid metal conduit to be used as a drilling or jacking rod shal be fitted with suitable drill bit for the size hole required.
Insulated bonding bushings will be required on metal conduit.
After conductors have been installed, the ends of conduit terminating in pull boxes and controller cabinets shall be seale with an approved type of sealing compound.
Heavy wall Underwriters Laboratories approved polyvinylchlorid (PVC Sch.40) conduit may be used in sidewalk and roadway area provided the proper depth is adhered to. If the jacking method i used, a hole must be bored and prior to removal of the boring tool the PVC shall be pulled back through the hole.
At locations where conduit is to be installed by jacking o
drilling as provided in Section 86-2. OK, ttInstallation, I! of th
CALTRANS Standard Specifications, and if delay to any vehicle wil not exceed 15 minutes, conduit may be installed by the trenchin
method as follows:
Trenchins Installation of Conduit - Conduit shall be placed unde
existing pavement by boring or jacking as specified in CALTRAN
Standard Specifications, and no trenching will be allowed. Paymen
for jacking or boring shall be included in the lump sum price fo the traffic signal and no other payments will be made.
k
I
8
8
8
I
I
6 s
I
1 sc
T
B
I
e
t
4
1
Pull Boxes
Pull boxes shall conform to the provisions in Section 86-2.06
"Pull Boxes, Ig of the CALTRANS Standard Specifications and thesc
Special Provisions.
Grout in bottom of pull boxes will not be required.
Conductors and Wirinq
Conductors and wiring shall conform to the provisions in Sectioi
86-2.08, "Conductors, It and Section 86-2.09, "Wiring, It of thc
CALTRANS Standard Specifications and these Special Provisions.
Vehicle detector lead-in cables within the controller cabinet shal be labeled with the appropriate detector number identification tha.
is shown on the construction plans. The label shall be a permanen.
i
I
I
8
1 type -
I Conductors shall be spliced by the use of llC1l shaped compressioi connectors as shown in the CALTRANS Standard Plans.
Splices shall be insulated by "Method B.lI 1 Field Testinq
b '
I
Field testing shall conform to the provisions in Section 86-2.14:
"Field Testing, 1t of the CALTRANS Standard Specifications and thesc
Special Provisions.
Meggar test for traffic signal and lighting conductors shall bc
performed 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 splicc connectors.
Load side conductors in signal heads shall be
disconnected from terminal blocks during the test.
a
i
1
I
1.
8
The full cost for the Contractor performing this field testing i
the presence of the Engineer shall be included in the lump SUI
price for Traffic Signal and Street Lighting Installation and nl
additional payment will be allowed therefor.
?
4
I
Painting
Painting shall conform to the provisions in Section 86-2.16, "Painting," of thl CALTRANS Standard Specifications and these Special Provisions.
All paint is to be furnished and applied by the Contractor at his expense.
Factory finish will be satisfactory for new luminaires and no further painting will bl
required.
Steel poles and mast arms shall not be painted except that all cuts or damagec
edges shall be covered in accordance with Section 75-1.05, "Galvanizing", of thl
CALTRANS Standard Specifications.
i
I
I
I
9
I
b
I
1
1
1
1
ll
1
Signal Controller
Model 170 traffic controller units, cabinets, and auxiliary equipment shall conforr
to the provisions in Section 86-3.11, "Model 170 Controller Assembly," of thl
CALTRANS Standard Specifications and these Special Provisions. The controlle
shall be equipped with a CALTRANS local intersection control program 176 anc
a full complement of prom chips. The Contractor shall install the new Type 171 controller in a model 332 cabinet. 8
Emergency Vehicle PreemDtion
Emergency vehicle preemption shall be a modulated light signal detection systen which shall conform to the details shown on the plans and these Special Provisiom
A. GENERAL - Each modulated light signal detection system shall consist of ai
optical detector/discriminator assembly or assemblies located at the traffic signa;
Each system shall permit detection of Class I1 (Emergency) Vehicles. The
shall be capable of being detected at any range of up to 1,800 feet (550 meters
from the optical detector.
The modulation frequency for Class I1 signal emitters shall be 14.035 Hz+0.251 .I Hz.
B. OPTICAL DETECIION/DISCRIMINATOR ASSEMBLY
1. General - Each optical assembly when used with standard emitters shal
have a range of at least 1,800 feet (550 meters) for Class I1 signals
Range measurements shall be taken with all range adjustments on thc
discriminator module set to "maximum".
Optical Detector - Each optical detector shall be a weatherproof uni capable of being easily mounted on a mastarm. The housing shall havc
2. t
41
II
at least one opening threaded for 3/4-inch conduit, through which a1 wiring shall enter. Each detector shall weigh not more than 2 pounds an(
shall present a maximum wind load area of 36 square inches.
Each detector shall be capable of receiving optical energy from one of twc
axially opposed directions. The reception angle shall be a maximum o
56 degrees (12 degrees total included angle) measured in the horizonta
plane about the center axis of the light sensing element. The. receptioi angle in the vertical plane measured about the center axis of the ligh
sensing element shall be maximum of 4 degrees above and 8 degree
below that center axis. Measurements are to be taken at a range of 1,801
feet (550 meters) for each Type I1 emitter.
All internal circuitry shall be solid state and electric power shall bl
provided by the respective discriminator module.
Cable - Emergency Vehicle Pre-emptor Detector Lead-in Cable shal
conform to the provisions of Section 86-2.08, "Conductors," of the Standarc
Specifications and these Special Provisions.
Emergency vehicle pre-emptor detector lead-in cable shall meet thc characteristics of IPCEA-S-61-402 or NEMA WC5, Section 7.4, 600V Control Cable, 75 degrees C, Type B.
Conductors shall be 3 No. 20-7x28 stranded.
Conductor strands shall be individually tinned.
Conductor insulation shall be a low-density polyethylene material havinl a minimum thickness of 25 mils.
Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange.
The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire.
The drain wire shall be placed between the insulated conductors and i
The shield shall be of tinned copper-brass or aluminum polyester tape wit1
a nominal 20% overlap. The conductive surface of the shield shall be ir contact with the drain wire.
Capacitance measured between any conductor and the other two conduc
tors and the shield shall not exceed 48 picofarads per foot when tested a
1,000 hertz.
The cable jacket shall be a black PVC material rated for 600 volts an(
75c and shall have an average minimum wall thickness of 45 mils.
i
1
1
I
8
I
I
a
3. 8
b
1
I shield.
1
I
I
li
t
4!
The finished outside diameter of the cable shall be between 0.28 and 0.3 of an inch.
The cable jacket shall be marked up with the manufacturer's namc insulation type designation, number of conductors and conductor size, an
voltage and temperature ratings.
Discriminator Module - Each discriminator module shall be designed t
be compatible and usable with a Model 170 controller unit and to b mounted in the input file of a Model 332 controller cabinet. In additiox
each discriminator module shall conform to the requirements of Chapte
I of the State of California, Department of Transportation, "Traffic Sign:
Control Equipment Specifications," dated April, 1978, and to a addendums thereto current at the time of project advertising.
Each discriminator module when used with its associated detectors sha
be capable of:
a)
I
B
I
I
II
I
8
b
I
I
I
I
1
1
?
4.
Receiving Class I1 signals at a range of up to 1,800 feet (55
meters). .8 b) Decoding the signals on the basis of frequency:
14.035 Hz? 0.266 Hz for Class I1 signals
Establishing the validity of received signals on the basis of frequenc and length of time received. A signal shall be considered valid on1 when received for more than 0.50 second. No combination of Cla! I signals shall be recognized as a Class I1 signal regardless of th
number of signals being received, up to a maximum of ten signal
Once a valid signal has been recognized, its effect shall be held k the module in the event of temporary loss of the signal for a perio
adjustable from 4.5 seconds to 11 seconds in at least 2 steps at
seconds 20.5 second and 10 seconds 50.5 second.
Providing an output that will result in a "low" or grounded conditio of the appropriate input of a Model 170 controller unit. For Cla!
I1 signals the output shall be steady.
c)
d)
Each discriminator module shall receive electric power from the controlk
cabinet at either 24 volts DC or 120 volts AC.
Each channel, together with its associated detectors, shall draw not mor
than 100 milliamperes at 24 volts DC nor more than 100 milliamperes 2
120 volts AC. Electric power, one detector input for each channel an one output for each channel shall terminate at the printed circuit boar edge connector pins listed below. I t
I
51
I
I
8
I
8
I
I
ID
b
I
I
I
I
1
4
U
1
Board edge connector pin assignment shall be as follows:
A DC Ground
C NC B t24 VDC p (NC)
D Detector Input, Channel A R (NC) E k24 VDC to detectors s (NC) F Channel A Output (C) T (NC) u (NC) H Channel A Output (E) v PC)
L Chassis Ground y (NC)
M AC- z (NC)
?
J Detector Input, Channel B W Channel B Output ((
K DC Ground to Detectors X Channel B Output (E
N AC+
Slotted for Keying - (NC) Not connected;
(C) Collector cannot be used by manufa (E) Emitter turer for any purpose
Two auxiliary detector inputs for each channel shall enter each modu
through the front panel connector. Pin assignment of the connector shz
be as follows:
1.
2.
3.
4.
Auxiliary Detector 1 Input, Channel A
Auxiliary Detector 2 Input, Channel A Auxiliary Detector 1 Input, Channel B
Auxiliary Detector 2 Input, Channel B
Each channel output shall be an optically isolated NPN open collect1
transistor capable of sinking 50 milliamperes at 30 volts and shall 1
compatible with the Model 170 controller unit inputs.
Each discriminator module shall be provided with means of preventii
transients received by the detector(s) from affecting the Model 1’
controller assembly.
Each discriminator module shall have a single connector board, shall 1 capable of being inserted into the input file of a Model 332 or Model 3. cabinet and shall occupy one slot width of the input file. The front pan of each module shall have a handle to facilitate withdrawal and tl following controls and indicators for each channel:
a)
b)
Three separate range adjustments each for Class I1 signals.
A three-position, center-off, momentary contact switch, o
position (up) labeled for test operation of Class I1 signals. t
I
I c) A "signal" indication and a "call" indication each for Class I
The "signal" indication denotes that a signal above the threshol level has been received. A "call" indication denotes that steady, validly coded signal has been received. Thes
indications may be accomplished with a single indication lam1
"signal" being denoted by a flashing indication and "call" wit
?
1 a steady indication.
In addition, the front panel shall be provided with a single circula bayonet-captured, multi-pin connector for two auxiliary detectc
inputs for each channel. Connector shall be a mechanical configur: tion equivalent to a MIL-C-26482 with a 10-4 insert arrangemen
such as Burndy Metalock Bantam series, consisting of:
I
II
1 plated pins.
Wall Mounting Receptacle, UTGO-IO-4P with SM20M-1 go1
Plug, UTG6-10-4SN with SC20M-1 gold plated sockets; cab1
clamp and strain relief that shall provide for a right angle tur within 2.5 inches (64mm) maximum from the front pant
surface of the discriminator module.
I
1
b
I
D
1
I
I
1
8
For Module 2 (5-13):
Position Assignment
7 +24VDC From (J-13E) 8 Detector Ground from (J-13K) 9
10
11 12
Channel A Auxiliary Detector Input 1
Channel A Auxiliary Detector Input 2
Channel B Auxiliary Detector Input 1 Channel B Auxiliary Detector Input 2
Wiring for a Model 332 cabinet shall conform to the following
Slots 10 and 11 of Input File "I" have each been wired to acce] a 2-channel module.
Field wiring for the primary detectors, except 24 volt DC powe
shall terminate on terminal boards on the rear of the Input Fi "I". Position assignments on the input file terminal boards are i ~follows: I Position Assipment
I- 1 OD I-1OJ I-11D
I-11J
Channel A Detector Input, 1st Module Channel B Detector Input, 1st Module
Channel A Detector Input, 2nd ModuIe
Channel B Detector Input, 2nd Module t
5
I
8
R
I
I
I
I
8
b
1
I
1
U
1
1
1
1
I-IOE + 24 VDC to Detectors 1-1 1E + 24 VDC to Detectors I-1OK DC Ground to Detectors
I-11K DC Ground to Detectors
All field wiring for the auxiliary detectors shall terminate o terminal board TB-2 in the controller cabinet. Position assigr
ments have been reserved as follows:
?
Position
Number Assignment
1 2
3
4 +24VDC From I-1OE 5 +24VDC From I-11E
6
Auxiliary Detector Input No. 1
Auxiliary Detector Input No. 2
Auxiliary Detector Input No. 3
DC Ground From I-IOK and I-11K
C. SYSTEM OPERATION
The Contractor shall demonstrate that all of the components of each syster are compatible and will perform satisfactorily as a system.
Satisfactory performance shall be determined using the following tes
procedure:
1. Each system to be used for testing shall consist of an optical emitte
assembly, an optical detector, at least 200 feet of connecting cable an
a discriminator module.
The discriminator module shall be installed in the proper input file slo
of Model 332 controller cabinet. The controller cabinet, together wit1
a Model 170 controller unit with the appropriate operating program, ,
Model 210 monitor unit and 120 volt AC power will be available.
Tests shall be conducted using a Class I1 signal emitter and a distanct
of 1,800 feet between the emitter and the detector. All rang(
adjustments on the module shall be set to "Maximum" for each test.
Each above test shall be conducted for a period of one hour, durin;
which the emitter shall be operated for 30 cycles, each consisting of :
one minute "on" interval and a one minute "off' interval. During thc
total test period (a) the emitter signal shall cause the proper responsc
from the Model 170 controller unit during each "on" interval and (b there shall be no improper operation of either the Model 170 controlle unit or the monitor unit during each "off interval.
2.
3.
4.
t
5
I
1
I
I u
I
U
I
i
II
I
II
I
I
Signal Face and Signal Heads
Signal faces, signal heads and auxiliary equipment, as shown on the plans, and th
installation thereof, shall conform to the provisions in Section 86-4, "Traffic Signa
and Fittings" of the CALTRANS Standard Specifications and these Speck
Provisions.
All signal faces and all arrow indications shall be provided with 12-inch sections an
glass lenses.
All lamps for traffic signal units shall be furnished by the Contractor.
Non-metallic vehicle signals may not be substituted for the type specified i
Paragraph 1, Section 86-4.01 (B), "Housing" of the CALTRANS Standar
Specifications. All vehicle signals shall be of the same material.
f
E
Pedestrian Signals
Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestria Signal Faces," of the CALTRANS Standard Specifications and these Speci;
Provisions.
Pedestrian signals shall be Type G with international symbols. Each Type (
pedestrian signal shall consist of a housing with front screen, a message plate an
two light sources, each consisting of luminous tubing and power supplies for th
The message plate shall be 1/8-inch nominal thickness, ultraviolet-stabilize(
prismatic-patterned polycarbonate plastic; 3/16-inch nominal thickness hammere
wire-glass; or 3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterne
acrylic plastic. The message plates shall have a flat-back surface over the entir
projected area except where the symbols are located. The material used to mas
the message plate shall be hard and durable and shall bond such that it will nc
flake nor peel when the message plate is in use or is washed. The symbols sha
be the only illuminated portion of the message plate.
The message plate shall be sealed to a polycarbonate case to form a dust tight an
weatherproof module. The module shall contain and properly support the luminou
tubing and power supplies.
Each light source shall have a separate power supply. Each power supply sha
require less than 30 watts with a power factor of not less than 90 percent over
range of input voltages from 105 to 130, at a frequency of 60 (kl) Hz.
Each symbol shall not be less than 11 inches high and not less than 7 inches wid<
b luminous tubing.
I
t
5
1
Detectors
Detectors shall conform to the provisions in Section 86-5, "Detectors," of th
Standard CALTRANS Specifications and these Special Provisions.
Loop detector lead-in cable shall be Type B.
i
Internally Illuminated Street Name Signs
Internally illuminated street name signs shall conform to the provisions of Sectio
86-6.065 of the CALTRANS Standard Specifications.
Internally illuminated street name signs shall be Type A. Three two-sided internal1 illuminated street name signs shall be provided. Two shall read "Rancho Carlsba
Drive" and one shall read "El Camino Real".
1
I
I
I
I
8
b
I
I
I
I
I
l
Si Ens
Signs shall conform to these Special Provisions, the Plans and the State of Californi
Traffic Manual. The Contractor shall furnish and install signs as shown on th
plans. The signs shall be aluminum with a minimum .080 gauge thickness. A:
signs shall be reflective.
New roadside signs shall be installed at the locations shown on the plans or wherl
directed by the Engineer, and shall conform to the details shown on the plans an
the provisions in Section 56-2, "Roadside Signs", of the Standard Specifications.
Roadside sign panels shall be installed on new posts and a new traffic signa
standard mast arm at locations shown on the plans or where directed by thl
Engineer and in conformance with the provisions in Section 56-2.04, "Sign Pane
Installation" of the Standard Specifications and these special provisions. New post
shall be 1-3/4 inch telspar.
Hich Intensity Discharge Luminaires
Luminaires shall conform to the provisions in Section 86-6.01, "High Intensit: Discharge Luminaires", of the CALTRANS Standard Specifications and these Specia Provisions.
250W high pressure sodium vapor luminaires shall be provided with integral ballast
and integral photo-electric cells.
Each luminaire shall be provided with an internal ballast assembly (including ballasl assembly (including ballast, capacitor, and lamp starter unit). All connections fron
the ballast assembly shall be made with a single multi-circuit connector or individua 1 t
I
5
I
I
B
1
I
1
I
If
b
i
I
I
i
I
I
I
8
color-coded NEMA tab connectors. Field connections to the luminaires sha
terminate on a barrier type terminal block secured to the housing.
Glare shields are not required.
The luminaires shall be constructed and installed in such a manner as to provid
Type I11 distribution with the outer edge of the luminaire's housing below the entir
light sources and all glassware.
The luminaire's optical assembly shall provide without the addition of extern;
shielding, a 90 degree cutoff with no significant light emitted above the horizonta
r
Traffic Striping
Striping, paint, traffic stripes and pavement markings shall conform to the provisior in Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Paveme1 Markings," of the Standard Specifications and these Special Provisions.
Sections 84-3.02, "Materials," of the Standard Specifications is amended to read:
Paint for traffic stripes and pavement markings shall conform to the followin
State Specifications:
State
Paint Specification N
Fast Dry Solvent borne - White, Yellow and Black
Rapid Dry Solvent borne - White and Yellow
Rapid Dry Water Borne - White, Yellow and Black
80 1 0-5 1 K-04
80 10-5 1K-02
8010-42L-30
Glass beads shall conform to State Specification No. 8010-51J-22 (Type 11).
Copies of State Specifications for traffic paint and glass beads may be obtained fro1
the Transportation Laboratory, Post Office Box 19128, Sacramento, CA 9581! (919) 739-2400.
The kind of paint to be used (solvent borne or water borne) shall be determine
by the Contractor based on the time of year the paint is applied and local a1
pollution control regulations.
Solvent borne white and yellow paint shall be either the Fast Dry or Rapid DI type at the option of the Contractor.
Thinning of paint will not be allowed.
Paint shall be tested prior to use or the manufacturer shall provide the Enginee
with a Certificate of Compliance in accordance with the provisions of Section C
1.07, "Certificates of Compliance," of the Standard Specifications. Said certificat ?
5
1
1
1
I
1
I
I
shall certify that the paint complies with the specifications and that pain
manufactured to the same formulation and process has previously passed Stat
testing. A list of manufacturers that have produced paint meeting State specifica tions is available from the Transportation Laboratory. (Material supplied b
manufacturers other than those that have manufactured approved paint Will requir complete testing.)
The second paragraph in Section 84-3.03, "Mixing," of the Standard Specification is deleted.
The fourth and fifth paragraphs in Section 84-3.05, "Application," of the Standar
Specifications are amended to read:
?
A one-coat 3-inch wide black stripe shall be painted between the two 4-inc
wide yellow stripes of a double traffic stripe. If the two 4-inch wide yell01
stripes are to be applied in 2 coats, the black stripe shall be applie concurrently with the second coat of yellow stripes.
On new surfacing, pavement markings and traffic stripes (except the blac
stripe between the yellow stripes of a double traffic stripe) shall be applied i
2 coats unless otherwise shown on the plans. The first coat of paint shall b
dry before application of the second coat.
On existing surfacing, pavement markings and traffic stripes shall be applie
1
b in one coat.
8 Traffic Striping Removal
I Traffic striping removal shall conform to Section 15, "Existing Highway Facilities
of the CALTRANS Standard Specifications, and these Special Provisions.
Traffic striping removal shall consist of removing all obsolete traffic striping an
legends within the project limits as directed by the Engineer.
The Contractor shall neatly and thoroughly remove all of the traffic striping an
legends by the sandblast cleaning method.
Full compensation for traffic striping removal shall be considered as included in th
lump sum contract price paid for installation of traffic signal and safety lighting, an
no additional compensation will be allowed therefor.
I
I
1
B
I
I Payment
Payment for traffic signal installation shall be at the contract lump sum price an
shall be considered full compensation for furnishing all labor, materials, equipmen
and incidentals necessary to perform the work, including all the necessary tc t
5 1
I The contract lump sum price paid for striping and signage shall include fu compensation for furnishing all labor, materials, tools, equipment and incidental and for doing all work involved in painting traffic stripes (regardless of the numbe
widths, and patterns of individual stripes involved in each traffic stripe) an
pavement markings, including any necessary cat tracks, dribble lines and layout worl
bike lane signing, complete in place, as shown on the plans, as specified in thes
specifications and the special provisions, and as directed by the Engineer.
?
I
I
1
1
I
I
b
I
1
I
I
I
I
I
I
t
December 27, 1991
Steiny and Company, Inc.
1083 Cuyamaca Place
El Cajon, CA 92020
Re: Bond Release - Contract No. 3327 - Traffic Signal at El Camino Real/Rancho Carlsb
Per instructions from our Engineering Department, we are hereby releasing the followi
bond for the above-referenced project:
Faithful Performance Bond No. 5237835
Safeco Insurance Co. of America
Remaining 25% - $14,972.50
The bond is enclosed so that you can return it to your surety. &ye Assistant City Cle L<
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
t W# I k I I - UWN’I SAY yI
Date # -
- &-F--GtL-
a Reply Wanted
UNO Reply Necessary
/(
tz, Assistqnt City Clerk
Re: Bond Release - -*e.
Our records indicate that the
above-referenced subdivision/project is eli le for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
d$z - bond for the -
Thanks, +qp %A/
PRlN
Y-
AIGNER FORM NO 55032
RELEASE APPROVED BY: : &/ I
RELEASE AUTHORIZED BY: RELEASE APPROVED BY:
.@/ / principal Inspector -
w 1 I C 1 I - UUIY I aH1
Dare ?f __
-++- &uyk%-k&-
Y b@-L+&z *32/7- - Q: CZI,
"9
1 a Reply Wanted
/I
dtz, Assistqnt City Clerk ONo Reply Necessary
Re: Bond Release -
Our records indicate that the
above-referenced subdivisionlproject is eli le for release. We need
your written authorizationlapproval for release. Please let me know
the status, and if release is o.k.
d52 - mw bond for the
+,I 744, Thanks, Y-
AIGNER FORM NO 55-(332 PRIM
I
.i
June 24, 1991
Steiny and Company, Inc.
1083 Cuyamaca Place
El Cajon, CA 92020
Re: Bond Release - Project No. 331 7 - El Camino Real/Rancho Carlsbad
Traffic Signal
Per instructions from our Engineering Department we are releasing the following bo
which is enclosed so that you can return it to your surety:
’ Labor & Materials Bond No.
5237835, Safeco Insurance Co. of America
$29,945.00 Gtf&-.* Y
Assistant City Cler
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2E
11' vv 1 I c. I I - UWlY 1 awl
Date % __
0
TO 4L??h?uh-&, El Reply Wanted
Froin Karen Kundtz, Ass ant City Clerk ONo Reply Necessary -- 3.7 e wdw- I /e&,kG& &-
ite: ~ond Itelease - a/- b B // L/ - Our records indicate tliat the -w- bond for tlie
above-referenced subdivision/project is eligible for release. IJe need
your writ ten authorization/approval for release. Please let iiie know
the status, and if release is 0.k. s;ipp-is, & SX2J7XYf
/b&?y&G -. &.X dLu
Tlianlts ,
$/Ss, 40-
+&.' 9%
PIIll
Y-
AIGNEn FORM Pi0 55-032
RELEASE APPROVED BY:
- 3- /+Y/ Date 1
RELEASE APPROVED BY:
2-/u-9/ Date Principal Inspector
6;
Date % - _-
VYi1I i L I I - UUIY 1 LIn1 a
- To bht - 4, El Reply Warlied
Froiii Karei1 Kuiidtz, Ass nl~t City Clerk UNO Reply Necessary
/
I_
Ice: Bond Release - 4L+ ,&-+L#
- Our records intlicntc ~lla t tlie C5z-v- bot1tl for tllc
above-referenced subdivision/project is eligible for release.
your writ ten autliorization/approval for release. Please let me know
the status, and if release is 0.k.
\de need
‘lllalIl<s, &+ & _p-.J---&v7xx.y
t2.p&., &A,
p$/ss, MJ- Yd y k=L&* ed.Lf d-td
AIGEIEII FOliL! tiO. 55-032 Fll
I
November 6, 1990
Steiny and Company
1083 Cuyamaca
El Cajon, CA 92020-1886
Re: Bond Reduction - Project 113317 - Traffic Signal at El Camino Rea
Rancho Ca
The Notice of Completion for the above-referenced project has recorde
Therefore, we are hereby releasing 75% of the Performance Bond for
the project. Please consider this letter as your notification that
$44,917,50 of Safeco Ins. Co. of America Performance Bond No. 5237835
is hereby released. We are required to retain the remaining 25% for
a period of one year. At that time, if no claims have been filed, it
will be released.
The Labor & Materials Bond, in the amount of $29,945.00 will be eligl
for release six months from the date of recordation of the Notice of
Completion, on March 11, 1991. A copy of the recorded Notice of Comp
tion is enclosed for your records.
gY& sistant City Clerk
Enc .
5
1200 Carlsbad Village Drive 0 Carlsbad, California 92008 0 (619) 434-28
io" 4% e 2357
Recording requested by: 1 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 - x__ City of Carlsbad 1 1200 Carlsbad Village Drive 1
) Space above for Recorder's Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinaf described. The full name or the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califom 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed May 31, 1990 The name of the contractor, if any, for such work of improvement is Steiny i Company, Inc. The property on which said work of improvement was com leted is in the City of Carlsb
Camino Real. and Rancho Carlsbad Drhe (Traffic Signal). ?'he street address of said property is NONE.
Coilnty of San Diego, State of California, and is describe x as follows: Intersection oj
8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on -
e d 1 , 19&, accepted the above descnbed work as completed and ordered that a Notice hn be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on , 1990 at Carlsbad, California. % CITY OF CARLSBAD
City Clerk
EXHIBIT 3
/ m d
$
'
August 31, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Traffic Signal - Steiny and Co., Inc.
Notice of Completion - Street/Sewer - Lee E. Mattei
Our staff has determined that the recordation of these documents is of benefit to the City
therefore it is requested that the fees be waived.
Thank you for your assistance in this matter.
yd fFa
LINDA K. COTA
Secretary
_______
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2808
w w
c
-..----_--- --L- ~ _----- L - - - - - . --I- ll-L..I.+YI-C-,-"_ ___- . . .--- - -
*
Iiccortliiig requested by: 1 1 CIIY OF CMLSBAD 1 1
When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 ) Space above for Recorder's Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
NOI'ICE OF COMPLEI'ION
The undersigned is owner of the interest or estate stated below in tlie property IieIeiii described.
The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califo 92008.
The nature of the title of the undersigned is: In fee. A work of improvement on tlie property hereinafter described was - completed May31, 1990 ?'lie name of tlie contractor, if any, for such work of irriyrovement is Steiny Company, Inc.
?:he property on which said work of improveinent was com leted is in tlie City of Cads County of Sari Diego, State of California, and is describe s as lollows: Intersection c Camino Real and Iiancho Carlsbad Drive (Traffic Signal). The street address of said property is NONE. 8.
VEIUFIWIlON OF CI'IY CLEIZK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on - 2 I , 19&, accepted the above described work as completed and ordered that a Noticc
I declare under penalty of perjury that tlie foregoing is true and correct.
Executed on & .d 2 , 194r)_ at Carlsbad, California.
Coli pletion be filed. +
CITY OF CARLSBAD
&.d City Clerk