Loading...
HomeMy WebLinkAboutMCCAIN CONSTRUCTION COMPANY; 1987-05-12; 3178CITY OF CARLSBAD MUNICIPAL PROJECTS DEPARTMENT CONTRACT DOCUMENTS & PROJECT SPECIFICATIONS FOR ELM AVENUE AND EL CAMINO REAL TRAFFIC SIGNAL PROJECT * 3178 ISSUE DATE (MM/DD/V 5-4-87 II PRODUCER tl ROBERT F. DRIVER COMPANY INC ^ P05T OFFICE BOX 670 SAN DIEGO, CA 92112-4112 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE-AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Roger Combe (619) 238-1828 Fireman's Fund Insurance Company Y B National surety Corporation INSURED McCain Construction Co., Inc COMPANY LETTER2220 Encinitas Blvd. Encinitas, CA 92024 COMPANY LETTER COMPANY LETTER NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. jco |LTR TYPE OF INSURANCE j (GENERAL LIABILITYI ^ A A . f t ti . E COMMERCIAL GENERAL LIABILITY OCC.:RRE'.CE C'.ViER'S J CONTRACTORS ?R3TE" VE AUTOMOBILE LIABILITY V ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS :;ON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY x Umbrella C'HER THAM UMBRELLA FCR.V WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER MXX 8018 49 11 MXA 8002 97 48 XLK 1847024 POL'CY EFFECTIVEDA"? IMM'DD.YY) 1-1-87 1-1-87 1-1-87 WP 8017 17 28 7-1-86 POLICY EXPIRATIONDATE (MM/00/YY) 1-1-88 1-1-88 1-1-88 7-1-87 _v ALL LIMITS IN THOUSANDS M Bn GENERAL AGGREGATE pRooucTs-coMP/OPS AGGREGATE PERSONAL & ADVERTISING INJURY EACH OCCURRENCE FIRE DAMAGE (ANY ONE FIRE' MEDICAL EXPENSE (AMY ONE PERSON, CSS. BODILYINJURY(PER PERSON) BOOILYINJURY (PERACCIDENT! PROPERTYDAMAGE $ 1,000, $ $ $ EACH IOCCURRENCE$ 2,oob, $ STATUTORY | JS 1,000, IEACH,. £ *,uuu, m 5 i.uuj, H £ i.uuu, | $ ltO»i 1 $ 50» 1 $ >• i11 " ~ '" M 1 - " I AGGREGATE K* 2,000, I I- . CCiDEN7" ig 1,000, iDiSE«SE-POL!Cv LIMiT |S i*000' .IC'SEASE-EACH EMPLO-EE) - ] DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS Job : Elm Avenue and El Camino Real traffic signal. The City of Carlsbad is named as Additional Insured as respect ^operations of named insured. ! TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1_2 PROPOSAL 3-5 BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 DESIGNATION OP SUBCONTRACTORS 7-8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10 CONTRACT 11-15 LABOR AND MATERIALS BOND 16-17 PERFORMANCE BOND 18-19 GENERAL PROVISIONS 20-26 SPECIAL PROVISIONS 27-32 CERTIFICATION OF COMPLIANCE 33 Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 9 77T day of APR\\ , 19 #7 , at which time they will be opened and read for performing the work as follows: traffic signal and safety lighting at El Camino Real and Elm Avenue. CONTRACT NO. 3178 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. The bidders" security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Government Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder0s Bond 3. Designation of Subcontractors 4. Bidder°s Statement of Financial Responsibility 5. Bidder's Statement of Technical -Ability and Experience All bids will be compared on the basis of the Engineer°s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $ 95,000 No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. Page 2 One set of plans, special provisions, and Contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed Contractors. Additional sets are available for a nonref undable fee of $ /0./P0 _ per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for work. A prebid meeting and tour of project site will not be held. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the Contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resolution No. g 9 ^ ty * adopted on the \~\ \V\ day of ;<?<f7 Date Aletha L . Rautenkranz, City C]/erk Page 3 CITY OF CARLSBAD CONTRACT NO. 3178 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3178 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: 11 em Item Descrip. w/Unit Price or No. Lump Sum Written in Words 1 .Traffic Signal and Safety El Camino Real and Elm Avenue at r\ Approximate Quantity 4 Unit L.S. Uni t Price TOTAL \'2f\ r^ $ %Q 12.7,v- /<?/-; r o A;h • n re o A.' C3_ Alternative Bid Item Median Island, Wheelchair Ramp, Cross Gutter complete in place at /-/ u v •*-' •** / & i(~ // /~ £ r' MO// oo -B Total amount of bid in words: CtJg, L.S $ 2.S? ^ ~D "H-tOL (-,A A/ Q Total amount of bid in numbers: $ / O% 3 ~7 7 . "9o Addendum (a) No(s) A,' o A/ f received and is/are included in this proposal. has/have been If alternative is selected by the City, the Contractor's total bid price will be adjusted to reflect the difference. Page 4 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Identification The Undersigned bidder hereby represents as follows: 1. That no Counci Imember, officer, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has induced him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is o / o /^> e- /- ^ /~3 . -, n _,- o (Cash, Certified Check, Bond,or Cashier's Check) for the exact dollar amount of ten percent (10%) of the amount bid or 10% of the bid amount not to exceed / "'' ••''- • r /-i, o dollars. The figure in the blank must exceed 10% of the bid amount. Using "10% of the amount accompanying bid" is not acceptable. J-C-.UJ.4 (S-KJ) (Curjwialion) STATE7 Ol CA1 II OK MA COUNTY OF San Diego On April 9, 1987 said State, personally appeared Jack A. McCain ss. before me, the undersigned, a Notary Public in and for personally known to me or proved to me on the basis of satisfactory evidence lo be the person who executed the within instrument as the President, and Evangeline S. McCain • personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the Secretary of the Corporation that executed the within instrument and acknowledged to me that such corporation executed the w ithin instru- ment pursuant to its by-laws or a resolution of its board of directors. WITNESS mv hand and official se< Signature CHERYL ROSE NOTARY PUBLIC • CALIFORNIA SAN DIEGO COUNTY My Comw. E»p"*»Aug.3.1WO Page 5 The Undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers0 compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract. The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Phone Number Bidder's Name Date Authorized Signature S"V 3 O 2 (/ Authorized Signature O r-fr T/ p A/, Bidder's Address _ Type of 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: 4. m - /- / A/ P (HOTARIAI ACKNOWLKDGEMEHT OF EXECUTION BY ALL PRINCIPALS MUST B ATTACHED) (CORPORATE SEAL) BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: Page 6 McCAIN CONSTRUCTION COMPANY, INC. and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as as That we Principal, Surety, are held aTTdfirmly bound unto the City oTCar 1 s b a d, California, in an amount as follows: for the exact dollar amount of 10* of the bid amount not to exceed TEN PERCENT OF THE BID Do 11 a r 8—(-$ ) . The figure in the blank must exceed 10* of the bid amount accompanying bid" is not acceptable. Using " 1 0 ?i of the amount THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Traffic Signal and Safety Lighting at El Camino Real and Elm Avenue, CONTRACT NO. 3178 (BID DATE: 4-9-87) in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it -shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this lstday of APRIL , 19»7 . Corporate Seal (If Corporation)McCAIN CONSTRUCTION COMPANY, INC. Principal DEPOSIT COMPANY^-QF MARYLAND BY: '--(f»ck A. McCain, Evanj^eline S. McCain, Secretary Title BETTIE L. GARCIAATTORNEY-IN-FACT (Notarial acknowledgement of execution by all PRINCIPALS (Attach acknowledgement of and SURETY must be attached.) Attorney in Fact) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFHCE: SAtTlMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora tion of the State of Maryland, by C. M. PECOT, JR. . Vice-President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Com pany, which reads as follows: "The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Bettie L. Garcia of San Diego, California its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings. the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this .................. 28th ................................ day o( ..... September ....................... _ A D 19 78 ...... FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: ssistant Secretary Vicef resident STATE OF MARYLAND \ ss: CITY or BALTIMORE / On thia 28th day of September , A.D. 19 78 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-President and Assistant Secretary of the FIDELITY AMD DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHKBEOF, I have hereunto set my hand and affixed my Official Seal, atjhe City of Baltimore, the day and year first above written. Notary Public Commission Expires....July...l.»...19.8.2 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents spe- cially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 1st ....day of...AERIL 19_ 8 7 Assistant Stcrttary^r^ rLUI9Ctf.—IM. 012-9310 FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK •FC-3G3 (8-82) .Corporation) STATE OF CALIFORNIA COUNTV OF San Diego April 9, 1987On SS. before me, the undersigned, a Notary. Public in and for said State, personally appeared Jack A. McCain personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the Pre.>ident, and Evangeline S. McCain personally known to me or proved to me on the basis of satisfactory evidence to be •he person who executed the within instrument as the , Secretary of the Corporation th->.t executed the within instrument and acknowledged ic me that such corporation executed the within instru- ment pursuant to its by-laws era resolution of its board of directors. WITNESS my hand and official^ Signature ^-OFFICIAL SEAL CHERYL ROSE NOTARY PUBLIC - CALIFORNIA SAN DIEGO COUNTY My Comm. Expires Aug. 3,1990 Page 7 DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Full Company Complete Address Phone No. Work Name w/Zip Code w/Area Code Page DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid (? or %) // O A' eL_ *Licenses are renewable annually. If no valid license, indicate "NONE". Valid license must be obtained prior to submission of signed Contracts. N (2o . Bidder's Company Name (Notarize or Corporate Seal) <^Z.Z Q ^A^/ A// TAr£ Bidder's Complete Address A// Authorized Signature Page 9 BIDDER"S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. *JT~ UJiTH ~n+F CL l~Tu (Notarize or Corporate Seal) Signature Page 10 BIDDER°S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. C Date C CName and Phoned £ £ ^Contract £Name and AddressCNo. of Person £ Type of ^Amount of C CCompletedCof the Employer Cto Contact C Work ^Contract C Ujg hi^t/£ XybNJg^ vv> P^M'-3- <= dfTLy <= "^ I C C "C <: 0 <? « C « C « £ C_ C 5 5 5 5" (Notarize or / Signature Corporate Seal) Page 11 CONTRACT - PUBLIC WORKS This agreement is made this ^?<ft^ day of s&£*z^/ _ » 19 tf</_, by and between the City of Carlsbad, Calif or niaj^/a? municipal corporation, (hereinafter called "City"), and McCain Construction Company _ whose principal place of business is 2220 Encinitas Blvd. , _ Encinitas, CA 92024 _ _ (hereinafter called "Contractor" . ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: Traffic Signal and Safety Lighting at El Camino Real and Elm Avenue. CONTRACT NO. 3178 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of this Contract; the bid documents, including the Notice to Bidders, Instructions to Bidders0 and Contractors0 Proposals; the Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractor's performance of work under this Contract, City shall make payment to Contractor per Section 9-3.2 of Standard Specifications for Public Works Construction, 1982 Edition. The closure date for each monthly invoice will be the 30th of each month. Page 12 Payment of undisputed Contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this Contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall be made unless the change is approved by the City. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractors convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this Contract, order changes, modifications, deletions, and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined Page 13 by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the Contract and a schedule containing such information is in the City Clerk°s office, and is incorporated by reference herein. Pursuant to Labor Code Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the Contract or work regardless of, responsibility 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. The expenses of defense include all costs and expenses, including attorneys fees, for litigation, arbitration, or other dispute resolution method. Nothing in this paragraph shall require Contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall maintain insurance covering the liability stated in Paragraph 9 in the amount of $500,000 and shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this Contract taken out by Contractor. 11. Workers" Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and Page 14 11 or proof of workers0 compensation self-insurance prior to the start of any work pursuant to this Contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising out of or relating to this Contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator (s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 1.4. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not iaaintain the records at Contractors principal place of business as specified above, Contractor shall so inform the City by certified .. letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governement Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this Contract or any obligation established by this Contract. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and ma/le a part hereof. actor*' (Seal) (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) MT*ROVED AS TO FORM: Assistant City Attorney Page 15 on€racts~ $10,000 and above City Manager, for Contracts less than $10,000 ATTEST: Contractor0 s Certification of Awareness of Workers Responsibility. Compensation "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers0 compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract." IV. ui j/uiauuii; STATE OF CALIFORNIA COUNTY OF San Diego May 4. 1987 said State, personally appeared Jarfr A. Mr.Cal personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the President, and Evangeline S. McCain . personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the Secretary of the Corporation that executed the within instrument and acknowledged to me that such corporation executed the within instru- ment pursuant to its by-laws or a resolution of its board of directors. WITNESS mv hand and official-seal. Signature SS. before me, the undersigned, a Notary Public in and Cor OFFICIAL SEAL CHERYL ROSE NOTARY PUBUC - CALIFORNIA SAN DIEGO COUNTY My Comm. Expires Aug. 3,1990 Page 16 LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 9Q3Q , adopted 4-28-87 / has awarded to McCain Construction Company (hereinafter designated as the"Principal"),a Contractfor: Traffic Signal and Safety Lighting at El Camino Real and Elm Avenue. CONTRACT NO. 3178 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond with said Contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, McCain Construction Company , as Principal, (hereinafter designated as the "Contractor"), and as Surety, are held firmly bound unto the City of Carlsbad in the sum of Forty Thousand Sixty Three and 50/100 Dollars ($ 40,063.50 ), said sum being fifty = per cent Tso% ) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and, also, in case suit is brought upon the bond, a reasonable attorney0s fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. Page 17 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly execut Contractor and Surety above named, on the ^^~ day of by the (Notarize or Corporate Seal for each Signer) Contractor ^ i/, ~m. Surety STATE OF CALIFORNIA CITY A\'D COUNTY OF SAN DIEGO ) On thrs 4th day of MAY personally appeared 19 87 , before me, the undersigned Notary Public, in and for the State, ANGIE V. MAURICIO a person known to me (or proved to me on the basis of satisfactory evidence), to be the person who executed the written instrument as Attorney-in-Fact on behalf ot the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 4th ?•' • Commission Expires FORM 116 12/82 OFFICIAL SEAL LORI 0. MARTIN NOTARY PUBLIC - CALIFORNIA SAN DIEGO COUNTY My Corom. Expires Dec 21,1990 of MAY A.D. 19, Notary Public. Page 18 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 9030 / adopted 4-28-87 • has awarded to McCain Construction Company , (hereinafter designated as the "Principal"), a Contract for: Traffic Signal and Safety Lighting at El Camino Real and Elm Avenue. CONTRACT NO. 3178 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, McCain Construction Company / as Principal, (hereinafter designated as the "Contractor"), and ^__________^_^«__________ ' as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Eighty Thousand One Hundred Twenty Seven and NO/100 Dollars (? 80.127.00 ) > said sum be ing equ ailto one hundred per cent (100%) of the estimated amount of the Contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said Contract and any alteration- thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder Page 19 or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 1-J-&- day of 19 "-* (Notarize or Corporate , Seal for Each Signer) I/. Surety ;ALIFORNIA ) ) ss.: CITY AND COUNTY OF SAN DIEGO ) On this 4th day of MAY 19 87 , before me, the undersigned Notary Public, in and for the State, personally appeared ANGIE V. MAURICIO a person known to me (or proved to me on the basis of satisfactory evidence), to be the person who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 4th My Commission Expires 116 12/82 day MAY A.D. 19 87 Notary Public. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by C. M. PECOT, JR. , Vice-President, and C. V. BOBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Com pany, which reads as follows: "The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Angle V. Mauricio, of San Diego, Calif o its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all "bonds and undertakings.... Vnd the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf-of Angie V. Mauricio, dated June 1, 1965. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5J*. day of November t A.D, 19..J.L FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: By Assistant Secretary Vice-President STATE OF MARYLAND \ ss: CITY OF BALTIMORE / ., On this 9th day of November , _A.D. 19 764, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and yearfirst above written. -.«-""••-.. .1 xi Notary Public Commission Expires-JlLLy...!*—12.7.8. CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I dp further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents spe- cially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 4th L1419Ctf.—1M, 6-80 210997 .._.. day of. ..^........, .. .... A ssistam Secretary Page 20 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents, and the General and Special Provisions attached thereto. The Construction Plans consist of 2- sheets designated as City of Carlsbad Drawing No. 262-4 • The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. C. Directions: Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word Page 21 and words of similar import shall be ~~.~ to mean "as required to properly complete the rk as required and as approved by the City Engineer", less stated otherwise. "required" understood wo rk un D. Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. CONSTRUCTION SCHEDULE A const rue t i on per Section preconstruction schedule is to 6-1 of the confe rence. be submitted by SSPWC at the the Contractor t i me of the If the completion date shown on the "Notice to Proceed" letter is not met. by the Contractor, he will be assessed the sum of $500 per day as liquidated damages for each working day beyond the completion date. Page 22 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within sixty (60) consecutive calendar days from the date of receipt of said "Notice to Proceed." 6 . NONCONFORMING WORK The Contractor shall conforming to the plans by the City Engineer, nonconforming work shall 7. GUARANTEE remove and replace any work not or specifications upon written order Any cost caused by reason of this be borne by the Contractor. All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the City Engineer. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All wo rk shall be Construction Inspector, any or all part s of furnish Inspectors with under the observation of a City Inspectors shall have free access to work at any time. Contractor shall such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. Page 23 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the Contract, the City, will be the interpreter of the intent of the Contract documents, and the City°s decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings, specifications, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications, and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, Page 24 if possible, but in no case Less than ten (10) days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. 15. PERMITS The general construction, electrical, and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety Page 25 laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. 19. UTILITIES Utilities for the purpose of these specifications shall be considered as including, but not limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individualy solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the Page 26 Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City°s option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temproarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lines shall be included in the price bid for various items of work and no additional payment will be made. 20. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for water utilized during the construction under this contract. The contractor shall contact the appropriate water agency for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. Page 27 SPECIAL PROVISIONS TRAFFIC SIGNAL AND HIGHWAY LIGHTING SYSTEM The furnishing and installing of traffic signals and highway lighting shall conform to the provisions of Section 86, "Signals and Lighting" of the Standard Specifications of the State of California, Department of Transportation, July 1984, and these Special Provisions. STANDARD PLANS Standard plans referred to on the signal plans and these Special Provisions for signal work shall be the Standard Plans of the State of California, Business and Transportation Agency, Department of Transportation, dated July 1984. EQUIPMENT LIST AND DRAWINGS Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86-1.03, "Equipment List and Drawings," of the Standard Specifications, and these Special Provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be conbined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controller is delivered for testing, or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limted to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Detailed circuit analysis (f) Troubleshooting procedure (diagnostic routine) (g) Voltage charts with wave forms (h) Block circuit diagram (i) Geographical layout of components (j) Schematic diagrams (k) List of replaceable component parts with stock numbers Page 28 The Contractor is required to submit to the Engineer "as- built" prints, prior to the City's accepting the installations. The prints shall indicate in red all deviations from the contract plans such as location of poles, pull boxes and runs, depths of conduit, number of conductors and other appurtenant work for future references. The Contractor shall also furnish cabinet inventory sheets. These sheets shall include serial and model numbers of all equipment contained in the cabinet. FOUNDATIONS Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 564 pounds of cement per cubic yard for pole foundations. STANDARDS, STEEL PEDESTALS AND POSTS Standards, steel pedestals and posts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these Special Provisions. In addition to identifying each pole shaft as detailed on ES-6S of the State Standard Plans, the Contractor shall also identify each mast arm for all signals and luminaires. The stamped metal identification tag shall be located on the mast arm near the butt end and shall contain the same information required by ES-6S. CONDUIT Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications, and these Special Provisions. Non-metallic type conduit shall be used only where specifically noted and shall be Schedule 80. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill bits for the size hole required. Insulated bonding bushings will be required on metal conduit. Conduit shall be placed under existing pavement by jacking or bori ng. Page 29 After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinet shall be sealed with an approved type of sealing compound. Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. PULL BOXES Pull boxes shall conform to the provisions of Section 86-2.06 "Pull Boxes" of the Standard Specifications and these special provisions. In unimproved areas, install pull box markers and marker posts CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications, and these Special Provisions. Conductors No. 8 AWG 'and larger shall be stranded. SPLICE INSULATION Splice insulation shall conform to the provisions in Section 86-2.09E, "Splice Insulation," of the Standard Specifications, and these Special Provisions. Conductors No. 10 AWG or larger shall be spliced by the use of "C" chaped compression connectors. Splices shall be insulated by "Method B." BONDING AND GROUNDING Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding," of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. Page 30 SERVICE Service shall conform to the provisions in Section 86-2.11, "Service," of the Standard Specifications and these Special Provisions. The Contractor shall notify the Engineer in writing at least 15 days in advance of the date on which he desires any service connections or disconnects to be made. The Contractor shall be entitled to no extension of time or other compensation for any delay to this operation resulting from his failure to give the prescribed notification. The fourth paragraph of Section 86-2.11 is amended as follows: It shall be the Contractor's responsibility to verify the location of and to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. TESTING Testing shall conform, to the provisions in Section 86-2.14, "Testing," of the Standard Specifications and these Special Provisions. In lieu of state testing, the testing of traffic signal equipment, including controller units, fully wired cabinets and auxiliary equipment as specified in Section 86-3, "Controllers," of the Standard Specifications, will be performed by an agency designated by the City of Carlsbad. Approximately 21 days will be required for testing and notification of the final results. Turn-on of the new traffic signal system shall not be made on Friday or the day preceding a legal holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn-on." SOLID-STATE TRAFFIC ACTUATED CONTROLLERS Solid-state traffic-actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions in Section 86-3, "Controllers," of the Standard Specifications and these Special Provisions. The Type 170 controller assembly, 332 cabinet, and other equipment required to provide a complete control system shall 3e__£u^fl4-sJaed^ and installed. Page 31 The controller shall be supplied with emergency vehicle pre- empt and internal coordination compatable with the existing direct wire interconnect system to the north. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided under Section 7-1.09, "Public Safety," of the Standard Specifications. SALVAGED EQUIPMENT All salvaged equipment shall be delivered to the City yard. The loop detector lead-in cables shall be Type C 2 #14. The Contractor shall test the detectors with a motor-driven cycle, as defined in the California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. INTERNALLY ILLUMINATED STREET NAME SIGN Internally illuminated street name signs shall conform to the provisions in Section 86-6.05 "Sign Lighting Fixtures Fluorescent" of the State Standard Specifications and these Special Provisions. The internally illuminated street name sign units (ISNS) shall be Type A. The sign legends shall be white on green with 8-inch uppercase and 6-inch lowercase letters. Minimum copy size for the legend shall be Series C with Series D or E copy being used where message length permits. Details of color, style, borders, and spacing shall conform to the standards established by the State of California, Department of Transportation. "Periods" shall not be used on abbreviations. The full-size layout for each legend shall be submitted to the City Engineer for approval prior to fabrication. Page 32 A V close nipple and LB condulet shall be installed on the back side of signal mast arm at the coupling point provided. The Cable between sign and condulet shall be 3-conductor AWG No. 16 Type SJO. The green conductor of the cable shall be used for grounding between sign housing and condulet. The cable shall enter the sign housing and condulet through neoprene bushed GGB connectors. The cable shall be dressed in a neat arc between sign and condulet with sufficient slack to facilitate sign swing. Electrical switching shall be by individual photocell control. Photocells shall be mounted mid-point along the median line of the top of sign housings and shall be plug-in type. HIGH INTENSITY DISCHARGE LUMINAIRES Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity Discharge Luminaires," of the Standard Specifications and these Special Provisions. The luminaires to be installed shall be 120 volt cut-off type high pressure sodium vapor with integral constant wattage ballast and Type IV photoelectric control. The luminaires shall be furnished with lamps, photoelectric control units, and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire shall provide true ninety-degree (90 degree) cut-off with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, water-tight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cut-off IES Type III light distribution. The optical assembly door hinge shall be designed to prevent the door from swinging free of the hinge pins when opened. PAYMENT The lump sum price paid for traffic signal and safety lighting shall include all equipment, material, incidentals, tools, labor and items of work. Page 33 Concrete Curbs and Gutters, Cross Gutters, and Wheelchair Ramps: General. The above items shall conform to the details shown on the plans and Section 303-5 of the Standard Specifications for Public Works Construction. Asphalt Concrete Paving: General. The asphalt concrete paving shall conform to the details on the plans and Section 302-5 of the Standard Specifications for Public Works Construction and these provisions. Asphalt concrete shall be B-Ar-4000. Untreated Base: Untreated base shall be crushed aggregate base and shall conform to Section 301-2 of the Standard Specifications for Public Works Construction on a subgrade prepared in accordance with Section 301-1. Payment: Lump sum p ayment s t amped a s shown t he re fo r. price bid for the alternative bid item shall include for the construction of cross gutters, median curb, concrete, wheelchair ramp and concrete cross gutters on the plans, and no other compensation will be made Payment for the removal and disposal of all concrete cross gutters, curbs, and asphalt concrete shall be included in the lump sum price bid paid for the alternative bid item and no additional payment will be made. Page 34 CERTIFICATION xQF COMPLIANCE I hereby certify that fr. . . Legal Name of Contractoror in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. Date Signature'(Seal (NOTARIZE OR CORPORATE SEAL) (Notarial acknowledgement of execution by all principals must be attached.) FC-3Q3 (8-82) (Corporation) STATE OF CALIFORNIA COUNTY OF San Diego On April 4. 1987 SS. before me, the undersigned, a Notary Public in and for said State, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the President, XH& Evangeltng S. McCain __ personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the . _ Secretary of the Corporation" that executed the within instrument and acknowledged to me that such corporation executed the within instru- ment pursuant to its by-laws or a resolution of its board of directors. WITNESS myad and official, Signature OFFICIAL SEAL- CHERYL ROSE NOTARY PUBUC • CALIFORNIA SAN OIEGO COUNTY My Comm. Expirej Aug. 3,1990 v