Loading...
HomeMy WebLinkAboutMCR ELECTRICAL CONTRACTORS INC; 1986-08-08;Recording Requested Ci ty Clerk 1200 Elm Avenue Carlsbad, CA 92008 B~( .. d Return To: o · 1004 NOTICE OF COMPLETION ' 'I. I ,, ENGINEERING 1981 FEB -5 AM /0: 15 I . VERA L. LYLi:;" I LS.OUNTY Rf CORDE_!!_/ To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on December 12, 1986 NO FEE the Erigineering project consisting of construction of the traffic signals at the intersections of Jefferson and Las Flores and Jefferson and Laguna on which __ M_CR_E_l_e_c_t_r_i_c_a_l_C_o_nt_r_a_c_t_o_r_s_,.,_I_n_c_. _______ _ was the Contract or, and __ M_e_rc_h_a_n_t_s_B_o_n_d_i _n=g_C_o_,m_.p_a_n"""y __________ _ was the surety, was completed . CITY OF CARLSBAD- VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of of Carlsbad; the City Council of said City on completed accepted the above described work as that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on h ,;?~ !J!iJ at Carlsbad, California. CITY OF CARLSBAD ~d(e_~ City Clerk j ,- \ , ,, I ( ) 1200 ELM AVENUE CARLSBAD, CA 92008-1989 TELEPHONE (619) 438-5541 • It Office of the City Engineer <ttitp of <ttarlsbab August 26, 1986 NOTICE TO PROCEED MCR Electrical Contractors. Inc. Post Office Box 1515 Imperial Beach, California 92032 RE: Project Nos. 321 □, 3211 Type of Contract: Traffic signals at the intersection of Jefferson and Laguna and Jefferson and Las Flores Amount of Contract: $100,769.00 You are hereby notified to commence work on the referenced contract on or before August 25, 1986, and are to fully complete the work within 90 consecutive calendar days thereafter. Your contract completion date is therefore November 25, 1986. The contract provides for assessment of $100 per day as liquidated damages for each consecutive calendar day after the above established contract completion date that the work remains incomplete. t2 t:fi/F PAT ENTEZARI Project Manager PE:mja ( ( ( \ 1200 ELM AVENUE CARLSBAD, CA 92008-1989 Office of the City Engineer \ ) <ttitp of <ttarl~bab August 14,1986 MCR Electrical Contractors, Inc. Post Office Box 1515 Imperial Beach, California 92032 TRAFFIC SIGNALS AT JEFFERSON/LAGUNA AND LAS FLORES DRIVE The Preconstruction Conference for this projecit will be held on Wednesday, August 20, 1986, at 2 PM in the Engineering Conference Room at 2075 Las Palmas Drive, Carlsbad. Please have your Tentative Construction Schedule available for review at the meeting. qE!i;;F Project Manager PE:mja C : City Manager City Engineer Municipal Projects Inspectors Manager TELEPHONE (619) 438-5541 { I \ ...,._ / CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for ·· TRAFFIC SIGNALS AT JEFFERSON STREET AND LAGUNA DRIVE AND JEFFERSON STREET AND LAS FLORES DRIVE CONTRACT NOS. 3210, 3211 MAY, 1986 TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 DESIGNATION OF SUBCONTRACTORS 7 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10 CONTRACT 11 LABOR AND MATERIALS BOND 16 PERFORMANCE BOND GENERAL PROVISIONS SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS CERTIFICATE OF COMPL'IANCE SPECIAL PROVISIONS 18 20 27 30 31 ( . ~- 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 >~m day of f-1-illY , 19gb , at which time they wille opened an read for performingthe work as follows: Traffic Signal Construction Jefferson Street and Laguna and Las Flores Drive at intersections of Drive/Jefferson Street CONTRACT NOS. 3210, 3211 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. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility S. Bidder's Statement of Technical Ability and Experience All bids Estimate. solely as Estimate is will be compared on the basis of the Engineer's The estimated quantities are approximate and serve a basis for the comparison of bids. The Engineer's $120,000.00 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 l~cense number and classification in the proposal. ( ( . --- ( I -2 - One set of plans, special provisions, and Contract documents may be obtained_ at the Engineering Department, City Hall, Carlsbad, California, for a nonrefundable fee of $10.00 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 Contr_act for work. A prebid meeting and tour of project site will not be held on Bidders receipt without bid. at at are advised to verify the issuance of all addenda and thereof one day prior to bidding. Submission of bids acknowledgment of addenda may be cause for rejection of Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amou~t equal to one hundred percent and fifty percent, respectively, of the Contract price shall be required for work on this project. The contractor shall be required to maintain insurance as specified in the contract. Any additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 8532 , adopted on the 6th day of May , 1986 • Date ( ( ( City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 CITY OF CARLSBAD CONTRACT NOS. 3210, 3211 PROPOSAL -3 - 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 Nos. 3210 ,3211 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item No. - Item Descrip. w/Unit Price or Lump Sum Written in Words 1 Traffic Signal and Safety Lighting complete in place at (Jefferson St. and Laguna Dr). 2. Traffic Signal and Safety Lighting complete in place at Jefferson St. and Las Flores Drive). Approximate Quantity & Unit L.S. L.S. Unit Price Total amount of bid in words: 9'E ~UMOQC0 ~~,.._.o, ~ 1-\'-'>pgo 4:!ntr'( NJ"6: ....,a1, !'4e/tR:P c..p,rs. · Total amount of bid in numbers: $ toc:::>,:Uc,, ... QC> TOTAL Addendum (a) No(s) "'"'w,1a." ____ has/have been received and is/are included fn this proposal. ,·, ,, , ·~ ,, ,..., J..,· ·- ( -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 calculat·ed 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. A"\\\\ C·\O Identif icatio-n * ~~• .aoSo~~, • The Undersigned bidder hereby represents as follows: 1. That no Councilmember, 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 en.ter 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. II I Q___ -II Accompanying this proposal is 6,oo&iz:~ ~~--1:> (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 dollars. The figure in the blank must exceed · ~--1-0-,--0-f~--t_h_e--6-1-·a--a-mount. Using "10% of the amount accompanying bid" is not acceptable. ( ( ,,. State of CALIFORNIA County of _s_AN __ D_I_E_G_o _____ } ss, CORPORATE ACKNOWLEDGMENT FORM 7120 052 On this the 29THday of ~MA=Y ________ 19 86, before me, JO ANN PARKER the undersigned Notary Public, personally appeared MARTING. RAMIREZ D personally known to me ~ proved to me on the basis of satisfactory evidence to be the person(s) wh executed the within instrument as VI CE PRES I DENT or on behalf of the corporation therein named, and acknow ed ed to me that the corporation executed it. I ESS my han n official seaL ( ( .... ( -5 - The Undersigned is aware of the prov1s1ons of Section 3700 of the Labor Code _which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract. 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. ~ ,~. ~,s. 4G.O\ Phone Number Date AC,.~ \.S\S \""'~al-~EAC\.\, CA.. ~0~2. Bidder's Address nat~ie Authorized signature Type of Organization ( Individual, ·Corporation, or Partnership) List below names ·of President, Secretary, Treasurer, and Manager, if a corporation1 and names of all partners, if a partnership: (ROTARIAL ACKROWLEDGENERT OP EXBCUTIOR BY ALL PRINCIPALS ■UST BE ATTACHED) (CORPORATE SEAL) I I f • { \_ ( ( STATr OF CAL IF ORN IA ss.: CI'IY A'\D CDLn"r OF SAN DIEGO Ont.h's 27TH day MAY 19~, before !1~, the undersigned Notary Public, in and for the Stat.e, personally appeared BETTIE L. GARCIA a pt.!rson known to me (ur proved t.u me on the basis of sati stacLoty ,,•vi.rie1 ice), to be the person who executed the \vT it ten instrument as Attorney-in-Fact on beha 1f of th~ corpor?'.:ion L'.1t•rein narred anJ acknowledged to me that. t.he corporation executed it. C,iwt1 unccL my hand and Notarial Seal this ___ 2_7_T_H __ day of--. __ MA_Y ____ -l+------A.D. llJ 86 ~~--"~'", .. .''t•,( ... ,.-i,.«,.=t."-••·-•~".,.;r-•-:'".,"-:-:'""•;< ·--~" .. ·•.,.'•p\.,~ q /i l L.' l ~ ~" LLvJ J!Ll.1➔lU"---_ / : Not.ary ''ublic. f()Ri•i 11 f> 12/82 . .i ,, •' ·' • -..... ·, • • -= '·. : .. , ~_,,_' ,.. • ( ( ( BIDDER'S aoND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, MCR ELECTRICAL CONTRACTORS' INC. Principal, and MERCHANTS BONDING COMPANY (MUTUAL) Surety, are held and firmly bound unto the City California, in an amount as follows: (must be percent (10%) of the bid amount) -6 - , as , as of Carlsbad, at least ten TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID ($10% OF THE BID)---- for which payment will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: Construction of Traffic Signals at Jefferson St. and Laguna Dr./Jefferson St. and Las Flores Dr., Project Nos. 3210,3211 (BID DATE: 5/30/86) 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 ~ward 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. WHEREOF, MAY we hereunto set our hands and seals this , 19 86 IN WITNESS 27T.!iday of --------------- Corporate Seal (If Corporation) r-~· ~~~~ Title (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) ( '< ( MERCHANTS BONDING COMPANY -1\ltrrUAL- DES MOINES, IOWA POWER OF ATTORNEY Know All Men lh Thc-.c l-'n:,-c111,. 1ha1 lhe Ml-]{CHANTS BONOING COMPANY 1Mu1uall. a ,111poralu111 Jul, 11ri:a1111cd umkr rhc- law\ of the State ol io"a. and ha,rng ih pnnc1pal otfo.:c in 1hc C11~· of De,· Mornc,. Counl) of P,,I~. S1a1,· ol lm,a. h,rlh 111,1,k. ,·11n,111111tJ and appoinled. and d,,c, hy lhC"-' pc,-cn1, 111a~c. rnn~lllule and appoml · Angie V. Mauricio, Bettie L. Garcia, A. J. Campbell and J. T. Warnock ot San Diego andS1a1ni California ii-1ru,·andla,.fulA1111mc)-111.f'.r<1.,.,1htullr-•"•·r and a111h11fll) hcr,·h) n•nlcrTcllm rt, nanw. pla,·c and ,lead. to ,ii:n. e~,·rnlc. a,·~n""kd!!c and Jdl\,·r 111 rh hd1all ·" ,ur,·I\ any and all bonds and undertakings in its normal course of business arul 11.1 hind rhc \11'.I{( H \\I'-H< l'lilll!\(i COl\.11~•\'l;Y 11\.lu1ual1 rh,·rch J, lulh aml 111 1h,· ,anll' C\lcnl J' rt ,u,h honJ 11r unJ,·11.11..111~ ""' ,igncJ h) lhc Jul) au1h11r11cJ 11lfacr, uf 1h,· Ml-.l{C"IP,Nl S IIONl>IN< i ( UMl',\NY I l\.lu1u.1I l. and all rh,· a,h 111 ,a11.I Allum,·). pur-u.rnl Ill lhc au1horrl} h,·rem )!I\CII. an: h,·rd,, rar,ti,·d and ,·unlinm·d Th" 1'11,.cr-1.1f-A111,ri1,·1 ,, 11r.11k and ,·.\c,ur,·d pur,uJnl h> Jnd h) auth11ri1,· ol lhe li•llm, 111!! H)-L<'-' Jdup1cd h) lhc Huard ul l>1rc<1111, of 1h,• MLl{CHANTS llnNDIM i COl\.ll'ANY I M111uJI I. ,\IHICI.F ~. Sl.(7'10N ~ .. \ -· "Th,· Charn11an ,,1 lhc 1311,ud ur l'rc,rdcnr 1.1r an) \iw Pr,·,i,knl or Se..r,·1a~ ,hall h.r\\' I"",., .111d au1h1.1f11) 111 J1'1••1111 .\11,,111,·),-in-l·•,I. and 111 au1hon1,· lhcm 111 c,cnuc un hchall 111 1h,· (",1111pany. anJ a11ad1 1hc S,·.,I · ol rln: C,,111pan) lh,·rclo. honJ, and urrdcrtJl..rn!!'· rc,·,,i:m1a11,c,. n>nlrarh 1.1f indemnity anJ 111lwr "flllll)!' "hli~.1h•t) 111 lh,· 11.111,r,· lhcrc1.1I ·· In \\i1n,·" Wh..:rc11I. Mf'i{CIIANrS HONl>IN(i (Ul\fl'.\"-Y 11\luluJII h;" ,;111,cd lhcse pr,·,,·111, '" h..· ,1!!11.:d h) rh \"1,,: l'r,·,rd.:nh .. urd ii-,11rpur.,1,·scalh1hch<·rc111Jlli\cd.1h" 12th day11f January i\lJ.1•63 11.lf.l{Uf.-\Nrs llll~lllf';(j (HI\.W\'<Y '""'"·"' ST•\l'I: < II (OW,\ COCNTY 01-1''01.K ./") _,, .. · / . , .-, / ,/{/_ ~ ~ '1> t.:~---- , / ------------------✓ \i,1 /'11,,i/011 ~ ;, .. I' I' ... ,, .,, On thi, 12th dJ,. 111 January . 19 83 . helm,· nr,· a1•1,:11cd Rodney Bliss III and.William W. Warner 111 nrr p.1,11nall) km'""· 1-'h,, hcmi; h~ me dul) '"'"m drd ,ay lhal 1hc} arc \kc Prc"Jcn1, rc,pc<'ll\cly of 1hc MERUIANTS UUNDl'-li COMPANY <Mu1uall. the <011rp11ra1iun de!ICrihcd in lhe foregoing ins1rumenr. and 1ha1 lhc Seal Jtlix.cJ Ill lhc ,a,d in,1ru111cn1 " 1hc C1.1rpora1c Seal of the said C"orporatiun and lhal the sard ins1ru111cnt \I.a, signed and scaled in hchalf of ,aiJ Currora1111n h) a111h11nl) 111 ii, H1.1ard of Direc111r,. I»•~"~· Whcraif. I ha,c hcr<'Ulllo sci my hand and atthed my Ottkial Seal. al the Cit) of 11c, M1.1rne,. l1•l-';1 lhc Ja) and )Car rtr,1 41,:'lC ... .,.._ ••• ~ / •• 0 pYO •• / A~' /~ f l ...-··· ~ -... ~ \ tf:~ .. "':~-: .. ~, .... ,, , ... ~;;':" (/ . "' ..... ., • ?t I ~ z .. : ,o~ ... : . • • • """" • /1 ,11'fntl\llt1" I 1/11'1. 9-3 -83 . ·. : ~ . . .. • 1,, ··. •• ~ : •• 0 ········ ~ • . ,.,.,, ""' .. •••• I ••• ST'ill: 01-(OW.\ •• • • ••• ° COL'NTY OF l'OLK 1. · Rodney Bliss III, Vice President of 1h,· l\.1f·l{Clf..\~TS 1101\lll~(i COl\11',\NY 11\.1u111Jll. d" hcrch,· rertil\ 1ha1 1h.: ahuvc .md l11rcc11mr ,, ,, rn,,· .,,,d wnnl ,·np) 111 1h,· ('\)WEI{ (If' ,\l"IUkNl:Y. c,ccurcd h) ,;1i1I 1\.11:l{CHANTS 110'-l>INSi C0\11'·\~Y 11\lr11:•.1lr. Al11,l1 ,, ,1111 111 h•r.:c and cllc,·1. In V.im,·" Whcre,,f. I ha1t· hereunto sci mv hanJ anJ afti,cd the seal ,,t 1hc Compam. at 1hr, 27TH ,j.) "' MAY . 19.86 . ( ( '< -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 Work Full Company Name Complete Address w/Zip Code 'a.'(CO 45~c.1~"t,~l11t.-\'ZG> Woct'-'r 'l'!!, ~~. Phone No. w/Area Code e llt,LA '4,s, a.> C,.., C\2)1D ___ _ AP.,(!. (!,.,.~..£,,,\wt. ~\'2.0 w-."t,e.,~Me "19.;~_. ~.,8 ( ( ( -8 - 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. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* II . tf wo,.,,.- Amount of Bid ( $ or % ) ""'2 -z.,<> ~ 254:J(,'!, ~ "wouc" f s, \"? \~ z39 .-:3 %'b ~0 ~EP:-1 '(Bo, tl ------ *Licenses are renewable annually. If no valid license, be obtained prior to indicate "NONE". Valid license must submission of signed Contracts. (Notarize or Corporate Seal) l(\c.a~~.,~- Bidder's Company Name R~. ~ ,s,t; ,~Ptri.tlllf.A. ~ a. Authorized signature ( ( ...... ( -9 - BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Mc.n ~~"'14,c.M. ~~:ta.M..~e>n..s. \'-X...• • \.u~ ~-~ qc>c1L"t\C..<",.?a:Cl.~½ ~ W°'°'-. ~ k~~ 4~ ~~ -.9'. A.oto'\.\fJI!>■,.~. 0"11.. f=1 l,,)~C..l ~ 4> e-t.,c.tln'\oa.>,. (Notarize or Corporate Seal) ( ( MCR ELECTRICAL CONTRACTOR, INC. Balance Sheet March 31, 1986 ASSETS Current Assets Cash in bank Accounts Receivable Cost and Earnings in excess on uncompleted Contracts Total Current Assets Property and Equipment Machinery & Equipment Autos and Trucks Less; Depreciation Allowed Total Property and Equipment Other Assets Deposits Prepaid expenses Organization Expenses Total Other Assets Total Assets of of Billings $ 47,862 180,156 78,627 -------- $ 306,645 11,648 37,220 -5,808 -------- ' 43,060 477 750 905 -------- 2 132 ---L---- $ 351 837 ---L------------ ( ( ( MCR ELECTRICAL CONTRACTORS, INC Balance Sheet March 31, 1986 Liabilities and Equity Current Liabilities Accounts Payable Payroll Taxes Payable Deffered Taxes Billings in excess of Costa and Earnings on completed Contracts Current Portion of Long Term Debt Total Current Liabilities Long Trem Debt Notes Payable Less: Current Portion of long term debt Other Liabilities Due to Shareholders Total Liabilities Stockholders' Equity Capital Stock -no par; 100,000 shares authorized; issued and outstanding 100,000 shares Retained Earnings Stockholders'Equity Total Liabilities and Equity $ ,pjtCEIVED M~~ 16 i986 C\l't of c~RLSIA~l ENG\UEr.R\NG oEPAll . 81,201 2,378 56,300 46,233 6,119 ---------$- 28,195 -6, 119 --------- 17,621 --------- 15,000 104,909 $ 192 .231 22,076 17 621 ----L---- '.:231; 928 119 909 ---L---- 351 837 ---L----- ( ( BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE -10 - 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. Date Name and Phone Contract Name and Address No. of Person Type of Amount of Completed of the Employer to Contact Work Contract s. "1~ ·IC.. ~A.~.~~ A«.-.,~ l ''7· f.r-.e cP '~~ '"'9.~ ~ C:.Sll~ - s. -i~ ·iC. ~~-T~!. " 1..1c..a.'t1w<. -s, . .-. ., 4. \Cl\,'"' o<f ~,-, "to-C.~-i,v,ia.. ------, ; b<\ . .-.o -~,-rt -z ..,c.. ss 2o ",fi-~• ' -.''-.· "·· '., .. , - &CW\.~ c.:.---~ -. .,. n .. ,. ~ C..\."'1"'\ -~ ~W,..t~ ..... S«..-z. -<,u S 3 ~~"-41.a.~ --~<--1 · lo .,f " " \...\~\\t't,ulr sr., ~ - <tC..OC... ~ ~ T/S 36D, ..... -= q. ,5. \f" '2.~(. •~lOI '-u .... r,~ ~ .o. Pt."-"'t O .. \'f'l-'T JYJA-llft..1~ 5,t'5,~J \cro, ~ ~--' . U.· ,~ -:2..'ll-~'\ro l.,'-rM'flw~ C,l\.. ~'t:T ''i"'li.l -~~ . ' S~,....., ~ 2, 25" ·&lo c...., ... ~, c,r4J.~. sc-s. 5(."2.,-- , ./'/ -.. I a /4-~; ~ ,,~,. ,. /'/ -(Notarize or 1~ature d' Corporate Seal) ( -11 - CONTRACT -PUBLIC WORKS This agreement is made this 1986, by and between the City municipal corporation, (hereinafter [t"l... day of tlH<s<4SJ:::, of Carlsbad, Calfforn1a, a called "City"), and MCR ELECTRICAL CONTRACTORS, INC. whose principal place of business is P.O. Box 1 515, Imperial Beach, California 92032 (hereinafter called "contractor".) City and Contractor agree as follows: 1. Description -of Work. Contractor shall perform all work specified in the Contract documents for: Construction of Traffic Signals at the Intersections of Jefferson St. and Laguna Dr./Jefferson St. and Las Flores Dr. Project Nos. 3210 and 3211 (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 Bidders' and Contractors' 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, 1985 Edition. The closure date for each monthly invoice will be the 30th of each month. Payment of invoices received later than 5 days after closure date will be delayed for a period of one month. ( ( -12 - Payment of undisputed Contract amounts shall be contingent upon CoRtractor 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 Contractor's convenienc~ only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground condition~ and has not relied on information furnished by City. 6. Contractor Res onsible for Unforeseen Conditions. Contractor s a e · respons1 e or a oss or amage 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 ( ( \ ( 8. -13 - by arbitration or litigation. The only person authorized to order cqanges 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. 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 or in connection with the performance of the Contract or work1 or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health1 except for loss or damage which was caused solely by the active negligence of the City1 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, unless ·the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorneys fees for litigation, arbitration, or other dispute resolution method. 10. Insurance. Without limiting contractor's inde~nification, it is agreed that contractor shall maintain in force at all times during the performance of this agreement a policy or policies of insurance covering its operations and insurance covering the liability stated in Paragraph 9. The policy or policies shall comply with the special insurance instructions attached to the bid documents and shall contain the following clauses: Contractor's liability insurance policies shall contain the following clauses: A. "The City is added as an additional insured as respects operations of the named insured performed under contract with the City." B. "It is agreed that any insurance maintained by the City shall apply in excess of and not contribute with, insurance provided by this policy." All insurance policies required by this paragraph shall contain the following clause: ( ( A. -14 - "This insurance shall not be cancelled, limited or non- renewed until after thirty days written notice has been given to the City." Certificates of insurance evidencing the coverages required by the clauses set fortW above shall be filed with the City prior to the effective date of this agreement. 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 11 or proof of workers' compensation self-insurance prior to the start of any work pursuant to this Contract. 13. Arbitration. Any coritroversy 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. 14. 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 maintain the· records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contracior 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. State of C_AL_I_F_O_RN_I_A _____ } SS. County of SAN DIEGO CORPORATE ACKNOWLEDGMENT FORM 7120 052 -1-.»-.r&tte( .. O. . ."l.:RiC..-ii-H2JiQil!if:!1. 11 1ST AUGUST 86 On this the __ day of __________ 19 __ , before me, \ JO ANN PARKER the undersigned Notary Public, personally appeared MARTING. RAMIREZ D personally known to me ~ prove_d to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as VICE-PRESIDENT or on behalf of the corporation therein me that the corporation executed it. NATIONAL NOTARY ASSOCIATION• 23012 Ventura Blvd.• Woodland Hills, CA 91364 ( •_, ( -15 - 17. Additional Provisions. Any additional provisions of this agreeme~t are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) MCR ELECTRICAL CONTRACTORS,, JNC ~ By ______________ _ Title -------------- City Manager, for Contracts less than $10,000 ATTEST: ci~lf!:~ .. 'I ' Contractor's Certification of Awareness of Workers' Compensation Responsibility. "I am aware of the prov1s1ons of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such prov1s1ons before commencing the performance of the work of this Contract." ( \ \ -16 -EXECUTED IN FIVE PARTS BOND #CA1066 71 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. 8675 , adopted on July 15, 1986 , has awarded to MCR ELECTRICAL CONTRACTORS, INC. (hereinafter designated as the "Principal"), a Contract for: Construction of Traffic Signals at the Intersections of Jefferson St. and Laguna Dr./Jefferson St. and Las Flores Dr. Project Nos. 3210 and 3211 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad and incorporated by this reference. 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, MCR ELECTRICAL CONTRACTORS INC. , as Principal, {hereinafter designated as the "contractor"), and MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held firmly bound unto the City of Carlsbad in the sum of FIFTY THOUSAND THREE HUNDRED EIGHTY FOUR AND .50 100-----Dollars ( $ ( o, 84 • .50-7 said sum being i ty per cent 50%) o t e 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 attorney's fee, to be fixed by the court, as required by the provisions of Seqtion 4202 of the Government Code of the State of California. STATE OF CALIFORNIA ) ) ss.: CITY Al\/D CDUNTY OF . SAN DIEGO ) On tMs 28TH day of JULY 19~, before me, the undersigned Notary Public, in and for the State, personally appeared BETTIE L. GARCIA 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 \ poration therein named and acknowledged to me that the corporation executed it. A.D. 19 86 ( ,• This bond companies 1192.1 of action to bond, as Government -17 - shall inure to the benefit of any and all persons, and corporations entitled to file claims-under Section the Code of Civil Procedure so as to give a right of them or their assigns in any suit brought upon this required by the provisions of Section 4205 of the 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 executed by the Contractor and Surety above named, on the 28TH day of JULY. _______ , 19 8 6 • -.. """1.;...,--- (Notarize or Corporate Seal for each Signer) Contractor BY: BETTIE L. GARCIA Surety ( ( ( MERCHANTS BONDING COMPANY -1\'lutuAJ.,- DES MOINES, IOWA POWER OF ATTORNEY Know All Men By The,e Pre,enis. thal the MERCHANTS BONDING COMPANY (Mutual). a corporation duly organized under the laws of the State of Iowa. and having its principal otli.:c in the City of De~ Moinl'S, County of Pol~. Stall' of lnwa. hath made. c·on,u1uteJ and appointed. and Joe, hy these pc,cnts make. rnn~tilutc and app,1i11t Angie V. Mauricio, Bettie L. Garcia, A. J. Campbell and J. T. Warnock of San Diego and State of California iis trw and la" ful A11omcy-in-F,,.:t. "ith lull P<"''T and authority herch) wnl,·rrel.lrn ih narnl'. pl arc and stead. to ,ign. exc·rnte. arkn,m ledge and deliver in its ~hall a, ,urery any and all bonds and undertakings in its normal course of business and to hind 1111: \IERCH:\NTS BO\Jl>IN(, COMl~•\"-Y 11\lu1ual1 lhc·rch a, lull, .md IP rlw s.1111,· ex1er11 a, ii ,u,·h h11nJ 11r u11J,·r1aki11~ "•'' ,igncJ hy the Jul) au1hori1cJ otfa-crs of the 1\11:RCHANTS BONDIN(j ('01\ll'i\NY 11\luluall. and all the al·ls ,,t ,aid A11orne). pursu,mt to the authority herein gi,er,. arc h,·rch) ralitied aml nmtirmed. '11,i, P11wer-of-A11omc) 1, made amt nernreJ pursuJnt to anJ hy aulhoril\ ol lhe ti,lhm ing H)-1.a" auop1c·d h) 1hc Hoard ot Dircll,11, of 1he MERCHANTS Ill >NDIN(j COl\ll'ANY < l\lurual I. AIHICL.F ~-SL(7'10N 5..\ ~-"The Chairman ,,f th,· B,M1u or l'reSIJrnl or any \kc Pre,id,·nl or SenL't.t~ ,hall haw i''"''r and aulhoril) Ill appo1111 :\11<•r11c·),-in-l·acl. a11u 1,1 aulhorill' them to e,ecute on ~half of lhl' Company. anJ allach 1he S,·al ot 1he Cornpan) thc•relo. honu, and undertaking,. ren1gni1ances. rontracl\ of inuernnity anJ other \\ riling, 11hli)!.1lor) in lhe 11.11un· thl·rcof." In \\"1111,·ss Whereof. l\ll'RCllANTS BONDIN(; ('01\IP-\NY 11\1u1u.di ha, cau,ed these presc·n1, Ill Ix· S1g11ed ll) 11s \ke l'n:S1dc111s. aml ihc11rJ1<1ra1c·,ealhi~hcrc1nallixcd.1hi, 12th daynf January Al>.1'63 1\11:Rl'll,\Nl'S IIONlllN<i l'OMl',\NY 11\l11ru.1l1 .,.,-·7 / / , ·; //{/ ~ ~.-, G~~ , / By J" H,f /1,n,dnu -------------------~i,, J1,,·,1d,·,,1 S'li\llo I lF IOWA COUNTY 01" POLK On thi, 12th dav <'f January . 19 83 . hdorc nJL· "l'l"-'·11,·d Rodney Bliss III and.William W. Warner 10 mt· pcr,onall) known. "·hp l,cing h~ me July w,nm did say that !hey arL' \kc Pre,iJcnls rc,pccri,cly of the MERCHANTS BONDIN(j COMPANY ( Mutual I. the corporation dc,l-riheJ in the foregoing instrumenl. and thal the St•al atlix.cJ to the ,aid in,trumcnl i, the Cnll)',>ralc Seal of the said CorJ1<1fatinn and that the ,aid instrument was signed and scaled in ochalf of ,aid Corpora11on hy aurh,,rily of ib Hoard of Dirc.:tor,. 4l•B"~· Whereof. I haw herL·unln set my hand and allix.eJ my Oflkial Seal, al the Cit) .. ,:Ill' •fllllt"-••• •• u ~o •• : +""' .... ···•. "'o •• : ,:-.. ·· ·· .. "' ·. : it : ,o~~ : : . . . -' . ~ ··.. ... ~ : • 'f. .. ..· <c, • • 0 ..... .., • ••• l'◄R1"\.. ••• •• • • ST/\IE OI-IOWA •• • • ••• • COL'NTY OF POLK 1. Rodney Bliss III, Vice President of De, Morncs. J,,wa th,· ,fay and year nr,t /41 ~~/ 4..~ ,,,J:;<.<, """" , ... ~;:'::"~ .!' ,,,.,,,.., .... ,,,,,.,,,. 9-30-83 or lhL' l\ffRCH . .\NTS BONDIN(; ('OMP.\NY <Mu111alt. do hcreh\ l'l'rtil\ thal 1hc aho\'C ;ind hir,·cnin~ ,, ,, rmc ,111d l'llrrel'I ,op) ,,r the· POWER OF ,\ITORNI-.Y. L"1.crn1eJ hy ,:,id l\ll'RCIIANTS l!ONlllNCi COl\11'•\N)' 1r--.iur:•at 1. '"'""' i, ,rill in tur.c and clkl't. In \l.11ne" Whereof. I haH' hereunto ,ct my hand and allixcd the ,cal ,,f lhc Company. :1t 1hi., 28THd") ol JULY 19. 86 ( ' / \ -18 - EXECUTED IN FIVE PARTS BOND #CA106671 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8602 , adopted on July 15, 1986 , has awarded to MCR ELECTRICAL CONTRACTORS, INC. , (hereinafter designated as the "Principal"), a Contract for: Construction of Traffic Signals at the Intersections of Jefferson St. and Laguna Dr./Jefferson St. and Las Flores Dr. in the on all the City drawings file in of which Project Nos. 3210 and 3211 of Carlsbad, in strict conformity with the contract, and specifications, and other Contract documents now the Office of the City Clerk of the City of Carlsbad are incorporated herein by this reference. 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, MCR ELECTRICAL CONTRACTORS, INC. , as Principal, (hereinafter designated as the "Contractor"), and MERCHANTS BONDING COMPANY (MUTUAL) , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE HUNDRED THOUSAND SEVEN HUNDRED SIXTY NINE AND no/100- Dollars ( $ 100, 769.00---------➔, said sum being equal to 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 a~signs, 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 ( ( ( MERCHANTS BONDING COMPANY -1\lutUAL- DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Prc,en1s. that the MERCHANTS BONDING COMPANY (Mutual). a rn1poralilln ouly 01pnizeu unucr the laws of the State of lllwa. and having its principal lltficc in the City of De~ Mllines. County llf PlllL State of Iowa. hath n1auc. con,utulco anu appllinleo. and uocs hy thc,e pc,cnts ma"c. constitute anu app,,inl Angie V. Mauricio, Bettie L. Garcia, A. J, Campbell and J. T. Warnock of San Diego anuStateof California itslrul'anula"f11IA11omc)•in-F,Kl.v.itht11ll1><"1er anu authority hcrch) rnnkrrcllin ir, name. place anu stcau. to sign. cx,·<·ute. arkn,," ledge and ddl\cr in its he hall a, ,urery any and all bonds and undertakings in its normal course of business and lo hind th,· \IERCH.\NlS HO'JDIN<i COl\11',\"1Y 1Mu1ual1 therd,, a, tulil and to the ,amc e\tl'IJt a, if ,u,·h honJ nr unJe11;1!-in!'. "•'' signed hy the dul) authori1eJ olfa-cr, ,1f th,· t-H:RCHANTS BONDIN(; ('Ot-11'/\N\' (t-lutuall. and all the il<'h i>f ,aid Allome). rursuant to the authority herein gi,cn. ar,· hneh) ratified and c,>nlinnnl. This P11"cr-of-A11,,mc) 1, 111adc and cxecull·d pursuant to anu hy authorilv ol the folhmin)! H)-Lrn adorted h) the Hoard of Dirc,1<11, llf thc Ml·.Rl'H/\NTS BONDIN(j COI\IPAN\' cMuruall. /\l{l'l('l.F ~-SE<7"10N ~:\ ---"The• Chairman of the• Uo,nd nr Prcsioenl or any \kc Prc,id,·nt or Scnclary shall ha,·c• ,,,v.er and authoril) 1<1 ap1l<•1111 :\11,,111,·),-in-l-act. anJ to authori,c them to c,cnlle on hchalf of th,· Co111rany. anJ anad1 the Sc;il of the C,1111ran) lh,-relo. horn.I, anu unJena"ing,. rcn1gni1a11l'es. n•ntrarts of indemnity and othl'r v. riling, 11hlip1or) in the natur,· lh<·reoL .. In W11nc·,, Whereof. Ml'l{CIIANTS BONDfN(j COt-lP·\NY 1M11tual1 h,,s cau,ed these pr,·sc·nts 10 he· ,,gned b) 11s \ice Presidents. amt iis corporat,· ,cal lll he h,·rclo allixcd. this 12 th day of January A I l .. 1118 3 ✓"7 / / --; //{/ ~ ~-4> c~~ '/ l\11J{Cll,\NTS ll<>NlllN!i ('IJMl',\NY 11\111111"!1 By Y \i,,-/'rn1d,·111 -------------------~i., l'r,·,1,/,-111 S'fi\ll: ( lF IOW/\ COUNTY 01' POLK On this 12th dav ,,r January . 19 83 . hcforl' 111c· apf'<',11,·d Rodney Bliss III and.William W. Warner to mr pc1,onall) km1v.n. who ht:ing h~ me duly ,v.um did say that they arc \kc Prcsiuenls rcspc,·1i,cly of the MERCHANTS BONDIN(j COMPANY (Mu1ual1. 1hc rnrporatiun dc~,:rihcd in the foregoing ins1rumc111. and 1hal the Seal atlixcd lo the· ,aid in,1111111cn1 i, the Corporate Seal uf the said Curporatiun and that !he saiu instrument was signed anu sealcu in hchalf of ,aiu Corporation h} aillh,,rity of ii, Hoard of Dirc,lor, . • 1'1•Hll~-.~'hcreof. I have hcr<·unlo set my hand anu atlixed my Otlicial Seal. al the Ci!) .,,-,1,· •flllll"-• •• (> ,,,..0 •• : +"' .·······•, ""9 •• : ~ ... ·· .. ~ .. : ~ : ,o~~ = : • • • -.J • ~ ··.. ... ~ : • 1, .. ..· "' • • 0 ..... c., • ••• ,-◄R1,._'-••• •• •• STATE OI-IOWA • • • • • • 0 • COL'NTY OF POLK of De, l\lomcs. low;1 the Jay and }Car first /41 ~~i' ~~ .. ,.,-;.~,<( .. ,..,;, , ... ~;;,t"'~ .!' ,.,.,.,,,,., .. ,,,.,,,,,,, 9-36-83 1. Rodney Bliss III, Vice President or the Ml'RCH.-\NTS LIONDIN(i COMPI\NY rMu111all. do hrn:hl' ccrtit, that the all<l\'C and torc~11i11r ,, a Im,· .,nJ corrcll cop) or the• l'<.JWER OF AITORNI:\'. nc<:111cd hy ,aid t-11:RCHANTS IIONl>IN<, COMl'·\NY 11\1111:•alt. ·,,l11,h i, ,till in l11n:e and clkl't. In \\'itnc" Whereof. I ha,c hereunto sci my hand anu atli,cu the seal ,,f the Co111rany. al th" 28TH da) 11I JULY 19. 86 I ' STATE OF CALIFORNIA ) ) ss.: I· Cl1Y AND CDUN'IY OF SAN DIEGO ) On this 28TH clay of JULY 19 ~. before me, the undersigned·Notary Public, in and for the State, personally appeared BETTIE L. GARCIA 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 rporation therein named and acknowledged to me that the corporation executed it. ( I\ ./ -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 Contr~ctor· 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 ~ day of JULY,, 1 • , 19 86 • (Notarize or Corporate Seal for Each Signer) BY: BETTIE L. GARCIA Surety ',' (MUTUAL) ( -20 - GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS 2. 3. The specifications for the work shall consist of the latest edition of the tandard Public Works Construction, here1na ter issue y t e 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 Nos. 265-4, 260-5. The standard drawings utilized for this project are the San Diego-~rea 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. 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. DEFINITIONS AND INTENT A. Engineer: The word uEngineer" shall mean the City Engineer or his approved representative. B. Reference to Drawings: c. 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. 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 ( ( '-r ( D. E. -21 - "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer", unless stated otherwise. 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. 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. 4. 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 mate~ials so required either have such specification• available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior written approval of the City Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. ( ( '< ( -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 within 5 calendar days after the issuance of "Notice to Proceed" and shall diligently prosecute the work to completion within 90 consecutive calendar days. If the completion date Ts not met the contractor will be assessed the sum of $100.00 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6 •. NONCONFORMING WORK 7. a. The Contractor shall conforming to the plans by the City Engineer. nonconforming work shall 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. 9. 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 work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. ( ( 1 1 • 1 2 • -23 - 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. 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 mate~ials 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, ( ( ( 1 4 • -24 - if possible, but in no case less than ten (10) days prior to actual installation. 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 1 6 • 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. 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, ~hen 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 ( 1 8 • 1 9 • ( -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. 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. 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 ( ( 2 0. ( -26 - Contractor shall leave all utilities and appurtenances in a conditiqn 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. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter fo~ water utilized during the construction under this contract •. The contractor shall contact ~he appropriate water aqency 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. ( ( ( -27 - SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS -Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. If the insurance is on a "claims made" basis, coverage shall be main- tained for a period of three years from the date of completion of the work. The cost of such insurance shall be included in Contractor's bid. The insurance company or companies shall meet the requirements of City 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.1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed.1/78) covering Automobile Liabilitt, code 1 "any auto"i and 3. Workers' Compensation as required by the Labor Code of the -State of California and Employers' Liability insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Li.ability: $1,000,000 combined single limit per occurrence for bodi~y injury and property damage. If the policy has an aggregate limit a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single limit per ac.cident for bodily injury and property damage. 3. Worker's Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per accident. c. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such ( o. ( . ~- -28 - deductibles or self-insured retentions as respects the City, its officials and employees1 or the Contractor.shall procure a bond-guaranteeing payment of losses and related investigation, claim administration and defense expenses. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor1 products and completed operations of the Contractor, premises owned, leased or used by the Contractor, or automobiles owned, leased hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or ·volunteers. d. Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City. 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. ( ' ~- -29 - 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. F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences. G. Subcontractors Contractor shall include all subdontractors as insured~ under its· policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. ( ( { -30 - CERTIFICATION OF COMPLIANCE I hereby certify that UC,Q E.Uc-C-:S:~\.CAL c::'d:)tl.1!?.~"T'o~, \t.Jc.., Legal Name of Contractor in performing under ,the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Proqram adopted by the Board of Supervisors, including all current amendments. Date ' ~ 'r : . ~ ~ . ~ .. • 'I '•' (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must be attached.) • ( ( ( ' -31 - SIGNALS AND LIGHTING DESCRIPTION.--Installing traffic signals. and highway lighting shall conform to the provisions in Section 86, nsignals and Lightingn, of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated July, 1984, and these special provisions. Traffic signal work is to be performed at the following locations: TRAFFIC SIGNAL AT JEFFERSON ST. AND LAGUNA DR. TRAFFIC SIGNAL AT JEFFERSON ST. AND LAS FLORES DRIVE The Contractor shall guarantee the entire work constructed by him under this contract and will,fully meet all requirements as to quality of workmanship-and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or mater- ials furnished by him that becomes evident within one (1) year.~ after filing of the Notice of Completion of the work and to· restore to full compliance with the requirements of these spec- ifications, any part of the work which during the one (1) year period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all . repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements prQmptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. EQUIPMENT LIST AND DRAWINGS.--The controller cabinet schematic wiring diagram and intersection sketch, to be mounted Qn the cabinet door, 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 two maintenance manuals for all controller units, auxiliary equipment, and vehicle detector sen- sor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The main- tenance manual or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The main- tenance manuals shall include, but need not be limited to, the following items: {a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls . (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram ( ( t ' (g) Geographical layout of components (h) Schematic diagrams -32 - (i) List of replaceable component parts with stock numbers SCHEDULING OF WORK.--The Contractor may perform sub- surface work consisting of the installation of conduit, found- ations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within 10 days of the date of execution of contract. Above ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn on. FOUNDATIONS.--Portland cement concrete shall con£orm to Section 90-10, "Minor Concrete", of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall con- tain not less than 564 pounds of cement per cubic yard. STANDARDS, STEEL PEDESTALS AND POSTS.--Where the plans refer to the side tenon detail at the end of the signal mast arm, the applic'able tip tenon detail may·be substituted. CONDUIT.--Non-metallic type conduit shall not be used. The fourth sentence in the third paragraph in Section 86-2.0SC, "Installation", of the Standard Specifications is amended to read: When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, concrete-tight split coupling, or concrete-tight set screw coupling shall be used. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. ( .... ( -33 - Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. PULL BOXES.--Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES-8, "Pull Box Details", Note 4-a.5 and b.9 shall not apply to this project. CONDUCTORS AND WIRING.--Splices shall be insulated by "Method B" • Conductors No. 8 AWG, or larger, shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Emergency vehicle pre-emptor detector lead-in cable shall conform to the provisions of Section 86-2.08, "Conductors", o£ the Standard Specifications and these special provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet the characteristics of IPCEA-S-61-402 or NEMA WC5, Section 7.4, 600V. Control Cable, 75° 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 having 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 con- ductors and a shield. The shield shall be of tinned copper-brass or aluminum poly- ester tape with a nominal 201 overlap. The conductive surface of the shield shall be in contact with the drain wire. Capacitance measured between any conductor and the other two conductors and the shield shall not exceed 48 pico-farads per foot when tested at 1000 hertz. ( ' ( \ -33 - The cable jacket shall be a black PVC material rated for 600 volts and 75°C and shall have an average minimum wall thick- ness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and 0.30 of an inch. The cable .jacket shall be marked with the manufacturers name insulation type designation, number of conductors and conductor ' size, and voltage and temperature ratings. BONDING AND GROtJNDING~--Grounding jumper shall be attach- ed 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. Equipment grounding conductors will not be required in con- duit containing loop lead-in cables only. SERVICE.--If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinets. If deemed necessary by. the Engineer, one complete prototype cabinet shall be delivered to the.Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. The tenth paragraph in Section 86-2.11, "Servicen, of the Standard Specifications is amended to read: Except for falsework lighting, the Contractor shall be responsible for applying for and arranging with the serv- ing utility to complete service connections for both tempor- ary and permanent installations and the Contractor shall pay all costs and fees required by the utility. FUNCTIONAL TESTING.--The sixth paragraph in Section 86-2.14, "Functional Testingn, of the Standard Specifications is amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of any main- tenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due., the Contractor. ( ( ; ( I -34 - The eighth paragraph in Section 86-2.14, "Functional Testing", of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from a power inter- ruption shall not constitute discontinuity of the functional test. · Testing of control equipment and cabinet wiring complete shall be accomplished at the Caltrans Transportation Laboratory. The cost of any maintenance of the system or systems, except that caused by a power interruption or damage by public traffic, after the completion of the functional test, shall be the Contractor's responsibility until the final acceptance by the City or its' representative. This cost shall be deducted from any moneys due or to become due the Contractor. Payment for necessary delivery, testing, modifications, repair, storage, and pickup is included in the bid.price. No additional compensation for this item will be made. ' . All references to State testing facilities or laboratories shall be interpreted as the City designated testing facility. However, State testing procedures referred to shall remain in affect. The test program for the Model 170 controller unit and the Local Intersection Program shall be delivered at the same time as the complete .controller assembly. When notified by the Engineer, the Contractor shall pick up the complete controller assembly and haul same to the site of the work at his expense. The Contractor· shall allow a minimum of 10 working days for operational testing and adjustment, with the added provision that, if the equipment should fail, an additional 10 day period shall be allowed for retesting. All testing and transportation and/or shipping costs for the complete control system shall be borne by the Contractor. MODEL 170 CONTROLLER ASSEMBLIES.--Caltrans Model 170 controller assembly or assemblies shall be furnished by the Con- tractor complete with all equipment and software programs re- quired to provide the operation shown.on the plans~ The Contractor shall arrange to have a signal technician, qualified to work on the controller unit and employed by the controller unit manufacturer or his representative, present at the time the equipment is turned on. ( ( ' -35 - EMERGENCY VEHICLE PRE-EMPTION.--Emergency vehicle traffic signal detector systems shall consist of transmitters, receivers and associate~ wire and components. The transmitters will be an' approved device mounted on emergency vehicles. The receivers shall be mounted at or near the intersections to be controlled. The system shall permit detection of two classes of author- ized vehicles. Class I vehicles shall be capable of being detected at a range of up to 1000 feet (300 meters). Class II vehicles shall be capable of being detected at a range of up to 1800 feet (550 meters) • Class I signals, those emitted by Class I vehicles, shall be distinguished from Class II •signals, those emitted by Class II veh- icles, on the basis of the modulation frequency of the respective emitter. The modulation frequency for Class I signal emitters shall be 9.639 Hz± 0.110 Hz. The modulation frequency for Class II signal emitters shall be 14.035 Hz± 0.250 Hz. The system shall establish a priority of Class II vehi~le • 'signals over Class I vehicle signals, and shall.conform to the requirements of Section 25352, California Vehicle Code. Optical Detection/Discriminator Assembly Each optical detection/discriminator asseml:)ly shall consist of one or more detectors, connecting cable and a discriminator module. Each such assembly, when used with standard emi tt·ers, shall have a range of at least 1000 feet (300 meters) for Class I sig- nals and 1800 feet (550 meters) for Class II signals. Standard emitters for both classes of signals shall be available from the manufacturer of the system. · Ootical Detector -Each optical detector shall be a weatherproof unit cable of being easily mounted on a mast arm. The housing shall have at least one opening threaded for 3/4 inch conduit, through which all wiring shall enter. Each detector shall weigh not more than 2 pounds· and shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from either one or both of two axially-opposed dir- ections. The reception angle shall be a maximum of ±6 de- grees (12 degrees total included angle) measured in the hor- izontal plane about the center axis of the light sensing element. The reception angle in the vertical plane measured about the center axis of the light sensing element shall be :a maximum of 4 degrees above and 8 degrees below that center axis. Measurements are to be taken with the emitter assembly at near maximum range. All internal circuitry shall be solid-state and electric power shall be provided by the ~espective discriminator module. ( ( '< ( .... -36 - Cable -Detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC S, Section 7.4, 600-volt control cable, 75°c, Type B, and the following: a. The cable shall contain 3 conductors, each of which shall be #20 (7x28) stranded, tinned copper with 25 mil minimum average thickness low-density polyethy- lene insulation •. Insulation shall be color coded: 1-yellow, 1-blue, 1-orange. b. The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20% over- lap. Where the film is used, a No. 20 (7x28) stranded, tinned, bare drain wire shall be placed between the insulated conductors and the shield and in contact with the conductive surface of the shield. c. The jacket shall be black polyvinyl chloride with minimum ratings of 600 volts and 80°C, and a mini- mum thickness of 45 mils. The.jacket shall be marked as required by IPCEA/NEMA. d. The finished outside diameter of the cable shall not exceed 0.35 inch. e. The capacitance as measured between any conductor and the other conductors and the shield shall not exceed 48 picofarads per foot at 1000 ~z. VEHICLE SIGNAL FACES Ai.~D SIGNAL HEADS.--Signal section housings shall be metal type. All lamps for traffic signal units (including programmed visibility type). shall be furnished by the Con-t:ractor. Plastic signal housings, backplates, visors, and optical units are not acceptable. The housing shall be cast aluminum and all non-programmed lenses shall be glass. The second paragraph in Section 86-4.0lC, "Electrical Com- ponents", of the Standard Specifications, is amended t:o:,~~ad: Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insu- lation, and a conductor, to the bottom or end terminal of the receptacle, with insulation color-coded as follows: Red signal -solid red insulation Yellow signal -solid yellow insulation Green signal -solid brown insulation These conductors shall, in turn, be co~nected to a ter- minal block mounted inside at the back of the housing. The ( ( -3 7 - terminal block shall have sufficient screw tyoe terminals to terminate all field conductors and lamp con~uctors inde- pendent-ly with separate screws. The terminals to which field conductors are attached shall be permanently identi- fied or conductors shall be color coded to facilitate field wiring. PEDESTRIAN SIGNALS.--Pedestrian signals shall be Type c, with the z-crate type screen. The hood described in Section 86-4.050, "VisorsR, of the Standard Specifications shall be provided. DETECTORS.--Loop detector sensor units shall be 2 or 4 channel, utilizing sequential scanning of channels. Loop wire shall be Type 1. Loop detector lead-in cable shall be Type A. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. 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 Contractor shall notify the City maintenance facility the same day of any detector being disconnected or connected and of any timing adjustments made. · Detectors will be disconnected or connected and timing ad- justments made by maintenance personnel at the Contractor's request with twenty-four ·hour advance notice to the City maintenance company traffic signal laboratory. LUMINAIRES.--Luminaires shall be the cutoff type. Glare shields are not required on semi-cutoff or full cut- . ~ off luminaires. . Each luminaire shall be die-cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86-6.07A) for use in a multiple 120V circuit. ( ( -38 - The optical assembly shall provide true 90° cutoff and shield- ing (without external glare shield) and shall consist of: a glass or glass coated gasketed reflector; a heat and impact resistant flat glass lens; a porcelain enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter whi9h p~events particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI, IES medium, cutoff, Type III light distribution when used with a· 25.0 watt high pressure· sodium lamp. INTERNALLY ILLUMINATED STREET NAME SIGNS.--Internally illuminated street name signs shall be Type A. PHOTOELECTRIC CONTROL.--The photoelectric control unit shall consist of photoelectric unit in a weatherproof housing which ,plugs into an EEI-NEMA twist lock receptacle integral with-the luminaire. The photoelectric unit shall provide an output in response to changing light levels and shall have a minimum built-in time_delay of fifteen (15) seconds. The response level shall remain stable throughout the life of the control unit. · The control unit shall contain a solid-state photoelectric cell suitable for operation with 120V or 240V line supply as noted on the plans. The unit shall have a minimum rated load capacity of 1,000 volt-amperes. The control unit shall have an ON/OFF ratio of one (1) to _one and one-quarter (1-~) footcandles. In the event of failure, the control unit shall fail in.the ON position. BALLASTS.--The 12th paragraph in Section 86-6.10, "High- Intensity-Oischarge Lamp Ballasts", of the Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be the regulator typ~ and shall be located within the luminaire housing. The ballast for·each horizontally mounted luminaire shall consist of components mounted on the luminaire housing, components mounted on a metal plate secured to the· housing, or components mounted on a down opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. i . J I 1 ' i ; I l , ( ( .... ( -39 - Section 86-6.l0A, nRegulator Type Ballasts", of the Standard Specifications is amended to read: Regulator type ballasts shall be lag-type or lead-type and shall conform to the following: 86-6.l0A(l) LAG-TYPE REGULATOR BALLASTS.--Each lag- type regulator ballast shall have the primary and secon- dary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: · l. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for _±10 percent input VQltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7½ percent from rated lamp watts. · 4. The ballast shall be designed so that a capacitance variance of ±6 percent will not cause more than a ±8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±10 per- cent at any lamp voltage from ini tia~ through life •.. 86-6 .l0A (2) LEAD-TYPE REGULATOR BALLASTS .--Each . lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The ·power factor shall.be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for ±10 percent input voltage variation. · 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7½ percent from rated lamp watts. l 1 j ·• J 1 ~ ! ( ( ( -40 - 4. The ballast shall be designed so that a capacitance variation of ±6 percent ~ill not cause -more than a ±8 percent variation in lamp wattage regulation throughout rated lamp life for nominal -input voltage. S. The lmap current crest factor shall not exceed 1.8 for input voltage variation of ±10 percent at any lamp voltage from initia~ through life. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQOIPMENT.-- Salvaged electrical materials shall be hauled to a location desig- nated by the City. 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 , 11 turn-on. 11 -41 - SIGNING AND STRIPING ( RE..~OVE PAVEMENT MARKERS.--Pavement markers shall be removed and disposed of. ( ( REMOVE TRAFFIC STRIPES AND PAVE.'1ENT MARKINGS.--Remove traffic stripes and pavement markings as shown on the plans and designated by the Engineer. -. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of object- ionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast clean- ing operation. Nothing in these special provisions shall relieve the Con- tractor from his responsibilities as provided in Section 7-1.09, "Public Safety", of the Standard Specifications. PAYMENT.--The contract bid prices paid for traffic signing, striping, markings, and pavement markers shown shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in connection with the traffic plans, including, but not limited to, excavation and backfill, and covering, relocating, removing and disposing of and salvaging the traffic control devices and equipment, as shown on the plans, as specified in the Standard Specifications and these special provtsions, and as directed by the Engineer. ~:: ..... :, ···:: .. ' /·. ( ( • <- ... .. ,J .. . . . :-. ... .. .. .. -a • -09 0 00-jJ_.. . a :=o 0: 00 0 .. --9 ■ J •• .. -a ■ 0 z 0 g a: a ~ wi.w w -11[;a-.::io 00 00 ' loo 00 00 1. a ~:l • 0 0 00 loo ,,c . 0 V) N LU -c z :l CJ ~ LL. <v, C: _,J t-< 01-zLU <c V) _, c:< LU~ ~ Cl. a::> <1----------------------== -en > en< u., 3: ~= ..JC:, c:-u., :: .... ti.I Zz tij N - 3] I :.3] it ' .1 !I .i • ;JI !i' t . • !I jJ • I ~--!i t ' -a I 3] t!I jJ • I ii""' -• -0 IIO -0 • • -0: "0- • -0 -. jr9, -a •3J •-a J aj} •• i'°' •• -ell 0 0 -0 •• ~ .,: -0 . • • ;.-r, 2 ---9 • • ... .. ,. I .. ] -a • • -~ • , ;] • • i'°' i' t • .. -- -a -o; 1!10-0 -0 • ... ~-a, !i' t ft V. ! '" 1-z LU == LU ~ ff -•I' • 'iJ:-o r-· ... , •• · r •• I: I ; I: J ~~ II]: ~t I I : ,i ,_ I: :a u =~ • i; i57 j I' r "j •• . 11: 11 ~o a= _.i ·~ ,~ " ! i --Q~~-~i •. I ·i: :.i-I ~IOi a:UJ I ""~ .. :.c :c =j ~-Gj :IQ ( .... ·.-:. • .. ' I ., -. .. w • :1 z :Ill -. ~ I w-1 c,:,= 0- 1,1,1 ) • -r--t: .. 1,1,1 -t ""' a ; ( i I ~;'- .. t,,j'l1 WM -•--a a- I . : -a. ij]; a • -• =a, 12• "zo-a ; w:iiw -a -a a-• . 0 I 0 lo O • O ◄ o . ~ -ao!lo~ 0., 0. 0 0-0 0 lo I 0 0 0 0 0 .. I -aa-•a• 0 0 0 I 0 10 0 o o-•o 0 0 -a O ,o O 0 0 ., ~ • I-■ I ... .. 9-,.. r I I • .. I • • •t •t I I I ; .. ... .. r ) .. l I o 0 ◄o lo I 0 0 0 0 0 •-c• -a c-o 0 0 0 10 0 0 0 0 ~;-o 0 -a o-o = 0 Q O 0 0 0 0 0 ,. lo o .. o~ o ~ 0,: 0 i::-•a a a I t .. J I! • I en l Q -:, ~ I i )' ~ I a 9-tJ w II :I I • i I 3 w NW -Cl I I -c t ' J I J I J ! I I I • • • t r r ,: ,: ,: • s. J 'I I ! ' .... .,.. -a a I II r)· IIIN !I .IQ Cl • ~ !i -a.=. t r2t 9- ~:, f I .;;,w,. l t -9[ !I-I : 7J l a •- 0 I s i. !I- ' ,: .. t N -aa w cza . o o Io o 00 00 1100-00 0 o,,'-o 0 00 00 -aa Cl a 00 oo 00 00 100 00 ;o 0 00 -0. 00 -ocz aa ' • ~ !i t = I 0 C\I cc 1 1 ! i I l J .. l. f J J j l l l/ 1 :: l l J I t l f ' l : ' i i· 1 I I i. j i I I 7-TO ~, DEC. 81 re--, ,,, L'OCATION CALTRANS Type 170 Controller Traffic Branch-District 7 ,TeFFe.y'c;ov,_ 5-fy--e.J-~ La..s ..C:-/eyc"-,-'S TYPE OF PROGRAM . PHASE I 2 3 4 5 6 7 DIRECT J~~~,..,.._ .::r~~!o•""'-~~--=1""' ... ~ .J ~H-r..<>- S8.i.Trtf /VIJ TJ...,,,~ t,)~ Al~ r1-,._ DATE BY - WALK 0 D ID /() ID fLASH OW I 0 Jo ID JO MIN GREEN 2 ).._ '{ 1 '( -TYPE JDET 3 f) 0 D 0. IColll ADOl'DIACT 4 0 0 0 0 PASSAGE 5 2.. :z_ 2. ~ TIME ----· MAXIMUM 6 GAP --12, () 1.o 1,D 1,0 MINIMUM 1 ;.o .1:6 :J,C J,D GAP MAXIMUM ~D • EXT 8 3o 25 3o -MAXIMUM 9 30 30 :i-5' 3D -•-I --A . . a REDUCE Ir C Q 0 0 0 ·--· REDUCE D 0 0 {) EVERY Q_ ---··•---.. ·-,. -··-· AMBER E 3,o 1 ,~-f.. f -···• F 0 ALL RED _I 1.I ./. .. N'I DATE --- NOTES: c,c.-co, L '-'~-'--COi , C 1. Oft"SU AGur,..-:. fOISEC ' 0:: 0 0 u .. ... •. I ► ·I 7-'l'f"l-~A ~ /A0 ,,,..--· ', J. 101986 co. ___ RTE. __ _ PM. __ . .t?n ve 8 9 E F l:t IC FUNCtlONS · IL g PRE-EMPT N = FLAGS JI I 2 3 4 l5 6 7 8 --· FAZES• X 'I X X 0 11111 PERMITTED ·-----RRI 1• cir DET I ,or, 1112115 REI.! LOCK EV A D11a, DET RED a 2 . "" 114 a "' YEL LOO< It:... EV A Hold VEH RCALL 'i Y. 3 EV 8 D110, PED RCALL 4 ..... n • •• EV 8 Hold ..... PED FAZES• X 'I y 5 ' EV C D11a, ... 114 I 111 OVUP A 6 [V C Hold OVUP I 1 1,- !MIii EV D D11ar II ,s a u DILEHTRY 8 111111 ,. EV D Held MAX TWO 9 ••• UGFAZES• i-i. A -RR2 n cir "41"7 RED REST B ,-..-:::,~i::, C ---.. D . .. -·--"AZE YELLOW -(' ~ SJARl\JP E -_., ICEY CODE F -·--------· -· C01 COi DETECTOR TIME (DELAY/ CARRYOVER) . LG/SEC NO GR/SEC --DATl .. DET SEC DATE -DET SEC )_ I /.S 6 /,.:{ . 7-TO 3 ,,----=,DEC. _81 ,c " I, CALTRANS . L 'o c· A T I O N Type 170 Controller Trotflc Branch-District 7 :YE~/2--s_oN ?T ,t, LA G-LJ N fr Dr. TYPE OF PROGRAM . PHASE I 2 3 4 5 6 7 -..:Jer)..v$~h-\. LAC:.-U~fl\ • DIRECT ,:SB;-~,B E8+W6 . .. DATE BY - WALK 0 t 7 -->-·- FLASH OW I \O 12 - MIN GREEN 2 5 ~ -TYPE l DET 3 --CColll - ADO Pill ACT .. --·-----PASSAGE ~ 3. 2 TIME -----·---~ -MAXIMUM 6 3 . 2. GAP --·-----Mll41MUM 7 3 2.. GAP ----,-I . MAXIMUM 8 3, Z6 EXT -------., --MAXIMUM 9 . 35' 25 . -"-I --· A . --a ,- REDuCE 1W C --.. ---------· REDUCE D EVERY ---. ---···--.. ·-.. --..... ..-...... AMlllR E 4-4 F r -, 1 ··. --·• -- ALL RED I I -1. .... ·---r•· I ·>== NOTES: DATE CfC!f co, r.011 COi . C 1 . OffSfl ... AOOFrS£ fO/SEC ' 0: 0 ' 0 •, u .. I >--. ·I - ---· . .. - . C07 LO/SEC co. 8 9 ti a: IL II: 0 N = 2 la.I I a,p I OM I uu .1.i!l 1nu ; 41111 U!! IIUU ll UAO ,_ ,. RTE. --- E PRE-EMPT FLAGS FAZES* Jr\, o 1986 PM. F FUNCtlONS · I 2 3 .. l5 6 7 B ·-· -f------- PERMITTED , 'I X ·-,_ >------ARI lk cir DET 112au REl1 LOCK ->->-----·-EV A 01lar DET RED 8 /14 8 /II YEL LOO< EV A Hold VEHRCALL EV 8 Dalor u a •• PED RCALL EV 8 Hold PED FAZES+ X EV C D1lar ,4 a 111 OVLAP A ·-,_ EV C Hold OVLAP 8 EV O D1lar ,s a •• Del. ENTRY EV O Hold MAX TWO -0 - I - 2 3 4 l5 6 - 1 ~ ~ 9 MT'· ---- LAO FAZES. A --------· RAZ lk cl, u a"' RED REST B ii1i"& --.. :-:,~i:~ C tiia D ·--FAZE YELL0\11 _!,X STARlUP E 11c ---.. -,_ l<E'f CODE I F -~--~ --------... --.. COi DETECTOR TIME (DELAY/ CARRYOVER ) NO OR/SEC DAU .. DET SEC DATE -DET SEC I -- --r-r--. ---- ,·,CERTIFICATE OF,INSURANCE -, '. -.. .. .. _...,,,__.....,...., ISSUE DA TE (Mt,,VOD(YYJ 8-1-86 . ' h ' Rotert F. Driver Corrpany 1620 Fifth Ave. San Diego, CA 92101-2703 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER Firerran' s Fmd Insurance Carpany ----------------------1 ~NV B Zenith Insurance Corrpany r-cR Electrical Contractors, Inc. P.O. Pox 1515 Imperial Beach, CA 92032 COMPANY .,... - LETTER ~ COMPANY D LETTER E ' J-I / THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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, ANO CONDI• TIONS OF SUCH POLICIES. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDIYY) DA TE (MM/DO/YY) AGGREGATE GENERAL LIABILITY BODILY $ $ X COMPREHENSIVE FORM INJURY PREMISES/OPERATIONS 219 MXX 80126445 4-8-86 4-8-87 PROPERTY $ $ UNDERGROUND DAMAGE EXPLOSION & COLLAPSE HAZARD X PRODUCTS/COMPLETED OPERATIONS Bl & PD ' X CONTRACTUAL COMBINED $1,000, $1,000, X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $1,000, X $250. Property ge Deductible AUTOMOBILE LIABILITY BOOLY $ IIWRY ANY AUTO (PER P!:RSOO) ALL OWNED AUTOS (PRIV. PASS.) 800ll y ALL OWNED AUTOS (OTHER THAN) 219 MXX 80126445 4-8-86 4-8-87 l!UJffY $ PRIV. PASS. (P!:R ,crnKI) HIRED AUTOS PROPERTY $ NON-OWNED AUTOS DAMAGE GARAGE LIABILITY Bl & PD COMBINED Bl & PD $ COMBINED OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND BI'6046926 1-1-86 1-1-87 100 (EACH ACCIDEND 100, (DISEASE-POLICY UMID EMPLOYERS' LIABILITY 100, (DISEASE-EACH EMPLOYE OTHER DESCRIPTION OF OPERA TIONS/LOCATIONSNEHICLESISPECIAL ITEMS JOB: CONSTRUCTION OF TRAFFIC SIGNALS AT JEFFERSON STREET AND LAGUl~A DRIVE & JEFFERSON STREET & LAS FLORES OLDER IS ADDITIONAL INSURED OF TH~ CITY OF CARLSBAD CITY CLERK 1200 ELM AVENUE CARLSBAD, CA 92008-1989 --. . ... ~ ---~,-,-,·-, -.-~-~"""'--~ ~-··---•-c-y--,-·,~-,-.--__,.,..... .. ,_.._.~~~~,·-~- 'I ~- _, ROBERTF. DRIVER COMPANY, INC. • COMPLETE INSURANCE/BOND SERVICE. DA'IE: AUGUST 1, 1986 't 'IO: FIREMANS FUND INSURANCE CO. SAN DIEGO, CA FR(l,,1: DONNA CRAYTON RE: MXX 80126445 MCR ELECTRIC CONTRACTORS •.. RE: THE ATTACHED CERTIFICATE,_FOR THE CITY OF CARLSBAD: PLEASE ISSUE ENDORSEMENT TO: 1. ADD CITY OF CARLSBAD AS ADDITIONAL INSURED 2. ADD 30 DAY NOTICE OF CANCELLATION 3. STATE INSUREDS COVERAGE IS PRIMARY AND NON-CONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO THE CITY OF CARLSBAD .. THANK YOU! HOME OFFICE 1620 FIFTH AVENUE. SAN DIEGO. CALIFORNIA 92101 • /(,19/ 238-1828