Loading...
HomeMy WebLinkAboutTRAFFIC SIGNAL MAINTENANCE CO INC; 1970-07-01; 1002CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR TRAFFIC SIGNAL MODIFICATIONS AT INTERSECTIONS OF CARLSBAD BLVD. & ELM AVE. CARLSBAD BLVD. & GRAND AVE. CONTRACT NO. 1002 JULY 1, 1970 TABLE OF CONTENTS Page 1 NOTICE INVITING SEALED PROPOSALS '^3 PROPOSAL 6 DESIGNATION OF SUBCONTRACTORS 7 BID BOND 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE 15 SPECIAL PROVISIONS CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, .City Hall, 1200 Elm Avenue, Carlsbad, California, until IQ.QQ A .M. > on the 13-th day of August , 19 70 , at which time they will be opened and read, for performing work as follows: TRAFFIC SIGNAL MODIFICATIONS AT: Carlsbad Boulevard and Elm Avenue Carlsbad Boulevard and Grand Avenue No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. Page 3 - Proposal 2. Page 6 - Designation of Subcontractors 3. Page 7 - Bidder's Bond 4. Page 8 - Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice-President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The Contractor shall state his license number and classification in the proposal. Plans, Special Provisions and Contract Documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors^ A nonrefundable charge of none will be required for each set of plans, special provisions and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. Ir The City of Carlsbad reserves the right to reject any or all .bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code the City Council of the City of Carlsbad has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic no to execute the contract and has set forth these items in Resolution No. 1723. A copy of said Resolution is available in the office of the City Clc in the City of Carlsbad. Page 3 o CITY OF CARLSBAD TRAFFIC SIGNAL MODIFICATIONS CARLSBAD BLVD. & ELM AVE. CARLSBAD BLVD. & GRAND AVE. CONTRACT 1002 PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 Gentlemen: The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract 1002 in accordance with f the plans, the specifications of the City of Carlsbad, and the%•„•-.-.special provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, to wit: 1. All material as necessary to complete all work specified with the exception of relocating poles and rebuilding existing signals. • $4489.64 (Plus 5^ tax) 2. Install eight 6' x 6' inductive loops and lead-in wiring. $ 960.00 2. All labor, equipment rental, overhead and profit with exception of relocating poles and rebuilding existing signals. $2192.59 ' 4. Relocate existing signal poles. ( 2 locations) Not to exceed $ 950.00 5. Repair and/or replace damaged or corroded signal sections using rebuilt stock. Complete including labor end material . at unit price of $25.00. 'Total not to exceed S1000.00 The sum total for all work as outlined herein will not exceed $9316.71. c are to be computed on the basis of the given estimated quantities ^©~£_work, as indicated in this proposal ,tjja&3—ETfe^unit price as submitte^^by^the bidder. In case_^x£---a^3Tscrepancy between words and figures, the wo^Ss---£h.ajJ^--prevail. In case of an error in the extension of a uriii__pext5e^ the"~~Co^r^cjted extension shall be cal- culated and_the—tricfswill be computed as inS±eaie_d^ above and compared approximate only,asis for comparison of The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. ie_rsigned agrees that in case of default in executing required including Sunday, is ready for__si necessary bonds wi.th the days, not that the contract r_bond accompanying shall become the property of the City o f Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. _ Identification _ . The undersigned bidder hereby represents as follows: (a) That no Councilman, officer, agent or employee of the City of Carlsbad, is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms, and (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. this proposal The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213- 283-5735 Phone Number Date TRAFFIC SIGNAL MAINTENANCE CO., INC, Bidder's Name T£ptfn$\R (SEAL) Main Office 262 Monterey Pass Rd. Monterey Park, Ca. 91754 Bidder's Address Authorized Signature Coroporation Type of Organization (Individual, Corporation, Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: Frank R. Tharp President Nancy Tharp Se ere tarv-Trea surer Jerrold Glass Vice-President DESIGNATION OP SUBCONTRACTORS The undersigned certifies that he has used the subbids of the following listed contractors in making up his bid and that the sub- contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. ITEM OF WORK SUBCONTRACTOR ADDRESS 1. _ 2. __ 3. 5. TRAFFIC SIGNAL MAINTENANCE CO., INC, Bidder's Name Authorized Signature Corporation Type of Organization (Individual, Co-Partnership or Corporation) Main Office 262 Monterey Pass Rd. Monterey Park, Ca. 9175^ Address BIDDER'S BOND TO ACCOMPANY PROPOSAL SOW ALL MEN BY THESE PRESENTS, That we,\ and as Pr/ncipal, as Surety/ are held and firml^ bound unto the City of Carlsbad, California, /in the sum of Dollars ($ ) , layful money of the United States f\r the payment of which sum well an<5 truly to be made, we bind ourselves,Ngointly and severally, firmly" by these presents. THE CONDITION OF THE^OREGOING OBLIGATION IS/SUCH. That if the propos^J. of the above-bouXden principal for the con- struction of Traffic Sicrna\ Modification's; Carlsbad Bl. & Elm Ave. / in the City of Carlsbad, if accepted and if the above-bounden Principal a contract for such construction (2) bonds described in the "Noti (not including Saturday and Sun notice to the above-bounden P that said contract is ready become null and void; othe effect, and the amount specified herein s City. fay) LncipaT execut /ise it be an* Carlsbad Bl. & Grand Ave. y the City Council of said City, all duly enter into and execute shall execute and deliver the two Inviting Bids" within ten (10) days rom the date of the mailing of a by and from said City of Carlsbad n, then this obligation shall remain in full force and ill be forfeited to the said In the event that/any Principal above named executed this bond as an individual, it/is agreed that the death o£ any such Principal shall not exonerate/the surety from its obligations under this bond. IN WITNESS day of :ioi IEREOF, We hereunto .set out hands Vnd seals this 19 Corporate Seal (If Corporation) (Attach Acknowledgement of Attorney in Fact) Principal\ \ \x\ \\ \ By Title Surety \\ BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give refeXence which will enable the City Council to judge his responsibility\ experience, skill and business standing.) X / The undersigned submits herewith a statement of hi/s financial respon- sibility. X The undersigned submits\below a statement of ;tfhe work of similar character to that included in the proposed contract which he has successfully performed. Signed THIS AGREEMENT, made and entered into this day of , 19 , by and between the City .of Carlsbad, California, hereinafter designated as the City, party of the first part, and hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements here- inafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the con- struction of traffic signal modifications at Carlsbad Blvd. & Elm Avenue and Carlsbad Blvd. & Grand Ave. - Contract 1002 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension of discontinuance of work, except such as in said specifieations are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. Page 10 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence? and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF CARLSBAD, CALIFORNIA Mayor ATTEST: •AiV £ fl City Clerkr TRAFFIC SIGNAL MAINTENANCE CO., INC, (Seal) Title Approved as to form: City Attorney Title (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) page SPECIAL PROVISIONS TRAFFIC SIGNAL MODIFICATIONS A. GENERAL The contractor shall reconstruct, relocate or otherwise modify the traffic signal equipment at the locations shown on the plans, all in conformance with the AGC/APWA Standard Specifi- cations for Public Works Construction, 1970 edition, the State of California Standard Specifications, 1969 edition (Sec. 86), the plans, the Standard Drawings, and these Special Provisions. The contractor shall furnish all labor, tools, materials, and equipment (except the equipment and material that is to be salvaged and reused) that is required to complete the installation. The use of the existing traffic signal lamps on the signal heads will NOT be•permitted. All reusable equipment and material that is taken out of the existing systems and not reused on this project shall be returned to the Public Works Department at 405 Oak Avenue, Carlsbad. B. TIME LIMIT The contractor shall complete the work in every detail within seventy (70) consecutive calendar days from the date of execution of the contract. C. TRAFFIC AND-SAFETY LIGHTING The contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic. At least one lane of traffic in each direction shall remain open at all times. Existing traffic signal and safety lighting systems shall be kept in operation for the benefit of the travelling public during progress of the work unless specific permission to shut down the signal during certain off-peak hours is obtained from the City Engineer. No traffic regulating, warning, directional or street name signs shall be removed from the area of the work or relocated therein unless so indicated on the plans or unless so ordered by the Engineer. The contractor shall preserve or maintain the visibility of all official traffic signs, traffic devices or street name signs within the limits of the project. D. PAYMENT Payment for constructing the various electrical installations shall be as provided in Section 86-7 of the State of California Standard Specifications, which Lump Sum price shall also include conforming to these Special Provisions, and no addi- tional compensation will be allowed therefor. Labor and equipment charges shall be based on rates currently in effect in the City's Contract with Traffic Signal Maintenance Company, Inc. for traffic signal maintenance. C