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