HomeMy WebLinkAboutMCR Electrical Contractors Inc; 1986-09-15; 3234*
CITY OF CARLSBAD
c a1 i fornk a San Diego C i unty
i
CONTRACT DOCUHENTS & SPECIFICATIONS
for
HARDING STREET FLASHING BEACON 0
CONTRACT NO. 3234
0
I
TABLE OF CONTENTS a
PAGE - ITEM -
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 18
G EN E RAL PROV I S IONS 20
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 29
TECHNICAL REQUIREMENTS 32
a
CALTRANS SPECIFICATIONS 34
CERTIFICATE OF COMPLIANCE 38
0
0 CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchas Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, un
4:OO PM on the 30 day of June , 1986 , at wh time they will be ogened and read for performing tne work follows:
HARDING STREET FLASHING BACON
CONTRACT NO. rs3237
The work shall be performed in strict conformity with
specifications therefor as approved by the City Council of City of Carlsbad on file in the Engineering Departmc Reference is hereby made to the. specifications for
particulars and description of the work.
No bid will be received unless it: is made on a proposal furnished by the Engineering Department. Each bid mus
accompanied by security in a form and amount required by The bidders' security of the second and third next 101 responsive bidders may be withheld until the Contract has I fully executed. The security submitted by all other unsucces bidders shall be returned to thema or deemed void, within (10) days after the Contract is awarded. Pursuant to
provisions of law (Government Code Section 4590), appropr
securities may be substituted for any money deposited with
City to secure any obligation required by this notice.
The documents which must be completed, properly executed,
notarized are:
0
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
All bids will be compared on the basis of the Engine Es t ima te . The estimated quantities are approximate and :
solely as a basis for the comparison of bids, The Enginf
Estimate is $12,000.
No bid shall be accepted from a Contractor who has not licensed in accordance with the provisions of State law. Contractor shall state his or her license number
classification in the proposal.
A total of 90 calendar days is authorized to complete this
project.
0
-
One set of plans, special provisions, and Contract documents
be obtained at the Purchasirg Department, City Hall, Carlsk California, at no cost to licensed Contractors. Additional :
are available for a nonrefundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all k
and to waive any minor irregularity or informality in such bic
The general prevailing rate of wages for each craft or typt
worker needed to execute the Contract shall be those
determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the California Labor Cc
Pursuant to Section 1773.2 of the California Labor Code
current copy of applicable wage rates is on file in the Officc
the Carlsbad City Clerk. The Contractor to whom the Contraci
awarded shall not pay less than the said specified prevai
rates of wages to all workers employed by him or her in
execution of the Contract.
The Prime Contractor shall be responsible to insure compli(
with provisions of Section 1777.5 of the California Labor Cod1
The provisions of Part 7, Chapter 1, of the California Labor ( commencing with Section 1720 shall. apply to the Contract
work. 0 A prebid meeting and tour of project. site will not be held.
Bidders are advised to verify the issuance of all addenda
receipt thereof one day prior to bidding. Submission of 1
without acknowledgment of addenda may be cause for rejectioi bid.
Bonds to secure faithful performance of the work and paymen laborers and materials suppliers each in an amount equal to hundred percent and fifty percent, respectively, of the Cont
price shall be required for work on this project.
The contractor shall be required to maintain insurance
specified in the contract. Any additi-onal cost of said insur
shall be included in the bid price.
Approved by the City Council of the Ci.ty of Carlsbad, Califor
0
by Resolution No. 8583 , adopted on the 3rd day JUNE , 19 86 .
!L/ h. /W6
a
3
CITY OF CARLSOAO
CONTRACT NO. 3109
PROPOSAL
a
City Council
City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined
location of the work, read the Notice Inviting Bids, examined
Plans and Specifications, and hereby proposes to furnish
labor, materials, equipment, transportation, and serv
required to do all the work to complete Contract No. 3109
in accordance with the Plans and Specifications of the Cit Carlsbad, and the Special Provisions and that he/she will tak full payment therefor the followinq unit prices for each
complete, to wit:
Item Approximate
Unit Price Item Descrip. w/Unit Price or Quantity
TO - - No. Lump Sum Written in Words - & Unit - 0
1. Installation of 2 flashing
beacons, controller assembly
and cabinet, electrical meter
pedestal and related appurt- enances, complete
in place at T4~~e-b~ ---I_ tcsrq~w 5 ti I%,04'2? !\
dollars and NO /Leu cents per lump sum.
Total amount of bid in words: Td€!d€ w UO. WmTWQ 4- A=/rGQ CANT5 I
Total amount of bid in numbers:
Ahdendurn (a) No (s) " ao*Jtn has/
been received and is/are included in this proposal.
$ \?.,0424 00
\ \
'\ \
0 flr .d /pf / & 3c ! I-: i e'
/." A/ 1/
-
All bids are to be computed on the basis of the given estim
quantities of work, as indicated in this proposal, times the
price as submitted by the bidder. In case of a discrep
between words and figures, the words shall prevail. In cas
an error in the extension of a unit price, the corre
extension shall be calculated and the bids will be compute
indicated above and compared on the basis of the corre
totals.
The Undersigned has checked carefully all of the above fig and understands that the City will not be responsible €OK errors or omissions on the part of the Undersigned in makin
this bid.
The Undersigned agrees that in case of default in executing required Contract with necessary bonds and insurance poli within twenty (20) days from the date of Award of Contrac City Council of the City of Carlsbad, the proceeds of chec bond accompanying this bid shall become the property of the
of Carlsbad.
Licensed in accordance with the Statutes of the State
California providing for the reqistration of Contractors, Lic
0
No- &\\\\ * cat0 0 Identification z#- - %3.-Sa%31.
The Undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent, or employee of City of Carlshad is personally interested, direct1
indirectly, in this Contract, or the compensation t
paid hereunder; that no representation, oral or
writing, of the City Council, its officers, agents
employees has induced him/her to enter into
Contract, excepting only those contained in this for Contract and the papers made a part hereof by its te
and
2. That this bid is made without connection with any per
firm, or corporation making a hid for the same work, is in all respects fair and without collusion or frau
I 11 Accompanying this proposal is *B\PD&c2S BOA0 (Cash, Certified Check, Bond, or Cashier's Che
for a dollar amount of not less than ten percent (10%).
a
-
The Undersigned is aware of the provisions of Section 3700 of
Labor Code which require every employer to be insured aga
liability for workers' compensation or to undertake sI insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing
performance of the work of this Contract.
The Undersigned is aware of the provisions of the Statc
California Labor Code, Part 7, Chapter 1, Article 2, relativc
the general prevailing rate of wages for each craft or typc
worker needed to execute the Contract and agrees to comply 1 its provisions.
e
wee c'e'tq\cnL
G\9. 914. &or Phone Number
c=, c?2s& Date
- 9.01 bu 1 s\s WA~T\*~ C. lZb~\eer * VtcZR
Authorized Signature \ +Guwu bL af~,U .-32
Gs G? plo fusT\ aJ Bidder's Address Type of Organization
(Individual, Corporation, (
Partnership)
List below names of President, Secretary, Treasurer, and Manac if a corporation; and names of all partners, if a partnership
c
Mcn @u==--~-n?&e~, - bb3cz-*
&AUY huu QAM~C~L
ha.5 Q&YI'(ZCL- %2€5t Dq
s==- atcy .
MpPyZTaQ e* Q~MLaZL- Vu &~LCEUT
cfF,--4-r /x'-%-//-Fae-' -e:.= - - ~
< i$ State of CALIFORNIA On this the 23RDday of JUNE 19-
JO ANN PARKER 1 ss. SAN DTEGO I\
$
\
\s Countyof Q b
! MARTIN G. RAMIREZ
the undersigned Notary Public, Personally appeared
, - - personally known to me 5 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument a
or on behalf of the corl:
named. and acknowld;\ ed to me that the ~OrPoratlon ex€
\ JUANPJ PARKER
VICE-PRESIDENT IOTARY ?UdllC * CALIFORNIA
PRlNclPM OfFiCE IW
ESS-my hand and Official Seal 3.i; Qk
/rLL> ci.ckLc/ .k Not ry's Signature k $dH/.i< -;'T%~,~~~-~-~~-~----~~,~~~~-~~~,~~~~~~~~~
-
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, MCR ELECTRICAL CONTRACTORS, INC. I Principal , and MERCHANTS BONDING COMPANY (MUTUAL) I Surety, are held and f irmly bo?lfiaunto the City of Carlsb California, in an amount as follows: (must be atleast ten
percent of the bid amount)
c
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID-------------------------
(10% OF THE BrD)----------------------------________----------------------
-
E 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:
HARDING STREET FLASHING BEACON
CONTRACT NO. 3109
in the City of Carlsbad, is accepted by the City Council of s City, and if the above bounden Principal shall duly enter i
and execute a Contract including required bonds and insura policies within twenty (20) days from the date of Award Contract by the City Council of the City of Carlsbad, being d notified of said award, then this obligation shall become n and void; otherwise, it shall be arid remain in full force effect, and the amount specified herein shall be forfeited to
said City.
In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Princi
shall not exonerate the Surety from its obligations under t
C bond.
IN WITNESS WHEREOF, we hereunto set: our hands and seals th , 19 86 , _. - 23RWay of JUNE -
Corporate Seal (If Corporation)
(Notarial acknowledgement o execution by all PRINCIPALS
(Attach acknowledgement of and SURETY must be attached
Attnrnev .in Fact)
STATE OF CALIFORNIA 1
) ss.:
CITY AND COUNTY OF SAN DIEGO )
On this 23RD day JUNE 19 86 ? before me, the undersigned Notary Public, in and
personally appeared BETTIE L- GARCIA a person known to me (or proved to me I
satisfactory evidence), to be the person who executed the written instrument as Attorney-iwFact on bl
corporation therein named and acknowledged to me that the corporation executed ~. - -- .
Given under my hand and Notarial Seal this
?ly Cmission Expires
FOlt"! 116 12/82 PH'ACIPAC OFF'Ct 14
'j4N UEG:, CCLIbTi
M~RCHANTS BONDLNG COMPANV - h-IUTUAI, -
DES MOINES, IOWA
POWER OF ATTORNEY
Knou All Men By Thew Prcwnt*. that the C1tKCHANl.S BONDING COhllRN)' ~Mutu;tl~. a coil+ir.ttitin dul? eiipiii/.cd undc laws of the SI& of loua. and having itr principal ot1iL.e in thr City of I)c\ Moinci. Count! of PiiIL. Stair tit I'iult. h;ith iii.idc. crmt
and appiintcd. and dtv\ hy !he< pcwnb niaLc. constitute and appiirit
Angie V. Mauricio,. Bettie L. Garcia, A. J. Campbell and J. T. Warnock
i!s true arid lay fill Atttirnq .iri.t:;ik,t. uilh tu , .* San Die o and State of California. IB 01
and autlicirit> hcrch) L.iinlLvc in it\ nJinc. place anJ \lead. to +. cxccu~r. ailii<~~kJ+~ Jnd di~li\ci in it\ hh:ill .I, wrct!
any and all bonds and undertakings in its norma.1 course of business
anJ 111 hind thc 51hK( H \SI3 HOKI)lU; C.OklI!.\%?' thltilu~li ili~.icbi J\ Iiill! .siicI I(* tlic \i~iiic C\ILW .I\ iI wrh hirid t)i uiiA~iuhirig
si$ni.d b! llic Jul! autlitwcd cdlirir~ ipt the ?rlhK('H AN7 5 I%( )Sl)lXtj C'O\lt',\!i?' ~h1111u.iI~. ;inJ ,111 tlic AI, t*! \JNI AtttiniL~). put
to thr aulhcirtty krcin p\rii. arc Iic,rch! rJritiztf .ifid ionlitiiicd
Thi\ Kiurr-cil-~iti~ni~~\ I\ iii.iJc ai111 L~\L.CUILI~ puru.int 11) Jnd t.! aurholit! (11 thi. hill<iuiiip Hb- I ..$u ~Jiph! h? the Hturd id Oirt
'11 the hll K('HANTS I%ONI)IN(; (X)%ll?4N)' IS~IIIU,III.
AKII(I.1~ 2. SI .(-l'lOX !A --"The Ch~iiiii~ii vt the 1hi.11d cir PrrwIrnt 111 ;in! Li1.c Prc\iiiimt tlr Srt rcr.ip hhltll h,iic IZBUL'I
aulhiirit! {ti ~pp~i~il :\ltsuiik.!+iii.l JLI. .itid lei ;iutli<iii/L, thrni ki ~\L'~'IIIC im kh,ill 111 thc C'tiiiip~n!. ltiid att;icIi the h..iI 01
C.tiiiipan> thtwto. hiitid\ Jnd undcndkinp. rcclipi7dnt~r~. ccintrxt\ (11 mdc'iiinit) mJ 'itlirr u ritifrp ~~I~li~.itt~i~ iii thc 11.
thcrccit , ''
111 bitiit.,* UIicrcc~l. AlI..K('H4NTS HONI)IN(i C.Ohll!AN)' i41utu.ili h.i\ ,.III\L.~~ thew prcwcii\ 11, k qw~d h! ilr \iLc l'rc~iel~.nt~.
A I). i483 it, oirprrJtc wal IO hc licrctci dti\cJ. !hi\ 12th d~! d January
Attc\t hil:k<'ll:\sl's IloNIlINc; ('OhlP/\W' Ihhl
"7
/L7., 9'; / ""iLZ9 ;/ B! &i&B / --[d LL&tf&: .\
2' ti' < I'rc >,J<#,I :;.. I'r.
s'l-.\l'l-. ()I IOWA cowry OF ru.~ ..
. hc.lorr tiic qy5'.
I,> nic pcixin.ill) Lnoun. uhc~ Iwing h: iiic Jul! \uom did say that thq arc LiCc I'rcsidcnb rchpc.ti\cl! 111 the hllKC'tlANI'S L40h't)l
COMIRNI' thluIuJl1. thc corpuaticin dcscrikd in the for,rep{iinp inctrunwnt. and that thr Sed1 dtlixed lo thr wid inrlmtiic'nt I\
Corpiratc Seal ol the wid Corpmtiim and thai the said instrunwnt %ab signed and waled in hclialf of \aid Coqwir;ition h) auth<*rit!
it3 Hii.urd of hectorr.
(hi thir 12th dJ! Of. January . 1983 Rodney Bliss 111 and William W. Warner
*IpMflfhq H'hemil. I ha\c hcrt.un!o W'I m) hand and aflined my Oflizidl Scal. at the Cil! of lk\ hloineb. Liu:i the JJ! ;in11 ycJr *.
** &s .*?.I L' .clN* .t 0 **. . *A : q... +..*........ ... .* .e 0 F : L$Y:.:<'.,,",> 1.3
,8mO!.I,I ,*,, I '/',,, . : *;\owA:.
*. :-J:
e. .:GT : .......... ** so
f* >4 R\ bL *.* 8.
..a s'rA;Iis ot- iou~ COC'NT\' Oi 1'0LR *< ***e **.
I. Rodney Bliss 111, Vice President
til tlir LfR.k('ti \Y I \ I%( )\l)lS(; ('OAlI'.\!41' thlutudll. dci hcrt+! ccnit! tIi;it thr dh)\c m1 Ieir~Yt~iiig I* .I rnlr
<,~inc~t L.<I~! ibl tl,r. l?)iVl:K 01- ;~l~lOKNl~.~. r\ccuti.J h! \;id Sll~3t('H,~NTS IIOUI)IV(; <l)3il'.\S?' (h1iii:di. slil~l
.till in 1tir.c and c.tici.1. -- In Niinc\\ Whercot . I ha\c lwrcunh% w my hdnJ and affi\cd thc wal 01 thc (~oiiip.iil!. a1 Des bfy 9, 12,-
c 19. $6 dB - L--d 3 thi, 23RD &I> cil JUNE
1111. pwri 611 .itttviic! r'\rii\r -~~~~"_~C~oc~t~on_.--. . _-
ROBERT T. DRIVER CO INC
Jack Wamock
Your representative
(6 19) 238- I828
1620 FIFTH AVE., SAN DIEGO, CA 92101
BIDDER'S BOND TO ACCOMI?ANY PROPOSAL
0
KNOW ALL PERSONS BY THESE PRESENTS:
That we, MCR ELECTRICAL CONTRACTORS, INC. Principal, Surety, are held and f irinly boxunto the City of Carl
California, in an amount as follows: (must be atleast ten percent of the bid amount)
and MERCHANTS BONDING COMPANY (MUTUAL)
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID----------------------
(10% OF THE BID)-------------------------------------------------------
for which payment will and truly made, we bind ourselves, ou heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if tk
proposal of the above-bounden principal for:
HARDING STREET FLASHING BEACON CONTRACT NO. 3109
in the City of Carlsbad, is accepted by the City Council of
City, and if the above bounden Principal shall duly entei
and execute a Contract including required bonds and ins\ policies within twenty (20) days from the date of Aw: Contract by the City Council of the City of Carlsbad, bein? notified of said award, then this obligation shall becomc and void; otherwise, it shall be and remain in full for( effect, and the amount specified herein shall be forfeited t
said City.
In the event any Principal above named executed this bond
individual, it is agreed that the death of any such Prir
shall not exonerate the Surety from its obligations undel
e
', bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals , 19 86 -- 23RQay - of JUNE -
Corporate Seal (If Corporation)
I
!
(Notarial acknowledgemen
execution by all PRINCIP a
5ZL.YE OF CXLIPOIIYIA )
) 5s.: clp X<D (DLr\?iY OF SAX CIEGO )
1
\ 19 '5 , before m, :he cndzrsisn.:d :<scary pu~l<c, in an 23RD hav JUNE cn this
nersona!iy appeared BETTIE L - GARCIA
sarjsfazcory evidence!, to DE. he ~CTS~: W;, e>:ecu:es ti:? r,Ti:ten ins:r)uxr.r 2s ?>::om?!--i~-Fa:t on
corporation therein naid and ackno;cledzed to E ~$2: tnt ccnoracion exccur-ed . .
a person knam tc, TC (or prow? to m ..
. - -. - -_
Given under F band and Notarial Sea! this 23RD ;a;? af .JUNE ,'-) /I \. v 1 >!y Cmijsion Lx?ires C'Fi2illl SAL :- L.,;L/,J L/-a; 1 -. ,4lJ
/>. . ,*2L2r.>. pL;> lit.
.::p:.- SZC'C ,ti
-.-uJ,cu>ii I,,C -,. 0. .. --?TI ' I' .- . .->. 1: 5 G il
i -
DES MOINES. IOWA
,-, 0
KWW All Men B) WW Bh*%nl*. that tk LlEKC'HAN?'S BOrPlUI?G C'ORfPANY IMuIu~I. a rclfpiI?JlitlIl dul! t~fgJlll/Cd
laws of rhc. Sulc tif ha. and hd\ing it\ pnclpdl otkc in lhc City of ?h h!~lnc*\. Ctwnl! trf Rdh. SIAW tat ha. h.tlh I)\.~JC. t
uml applintcd. and &E'\ by thu- pxnr. nuke. wnsitiuic 4 Jpi'LllilI
Angie V. MaurPcPo, Bettfe L. Garciae A. J. Campbell and J. T. Waanock
tr tll San Die o and S~tc of California it;iru~* JIIJ fautril .Arl*irnc\ Ir,.f~li. u ad autlklrit> hcrch? rttnlcncl$rn I(* nJm. ptazc J~J \[cad. trl Gp. ~XLX~I~C. B~~IIO~ICJ~C and IJL.II\CI tn 11, hh.ill .I\ WL'I!
any and all bonds and undertakings in its normal course sf business
mJ til h~nJ lfh' \lI..RC His!\ Ht)\IMU; c.()%f!'\%)' lh~~rl~a~l tlik~ch J, lrrll\ .d lo IIv uix' c\i~'111 J, 11 w,h hwd III LIII&.I~
rignd h> Ihc did! aull~cmmd tlllircr\ c~t tk X!t:K('bfAMS IH)h!)lMj ('Ohtl?\"I' I~!uIuJI~. .rid ,111 lIi<, JLI. tb1 b~ttl Aii+lnx!
tt) II~ mlhtmi). krcin p\c:i. arc ItLn.h! rJriliLd .~rd ttiiilitiitcd
.Thlb ~l~uSr-rll-4tltmlL'\ I* ~IIJd~ Jlkl C3CLUtLd IWIWJnt hl Jlld h! dUlh'lll\ 111 IhC fi~~h~~lllg H!-l..lU JJtrplcd h) IkU kurd ill
ttf Ik' h!l.K('HASTS I)( )%i)!%li <'o%l!RS'l' t%1tllUJ~l.
AK~iCl.l' 2. M.(-l'lO!'4 '% - "The C7uiiiim (91 Ihr: U~I.IIJ tlr Rc\tdcnt tn ;In\ \its Prt*\id<.ni cn ScrrLup \hall h,t\L* t
aurhsmi! 111 JI'i%Wll \Ih*IW)*-IIl-~ AI. Jlld 111 aUtth~I.I/c Ih.fll ttl c\r*~'ilk' cn khrll til the (~~wtpJn~. JIIJ J~I;)L~I lk X, <'~viipm~ Ihsrchi. hind\ ~ild utiJr.nJLinp. rr:iogni>Jnr'c\. ctmtrJb'i\ art Indctnnrt! anJ tdiL,r uritrnp *diIig.ti*w! III t
ihcrctit ."
111 \iiiitc\- M'Ic.rc111. h1l..R('l!N" tK)Si)IW; C'OStl'IYl' 141uru.d) h.t\ ~.IP,IWJ thew pri.vl'tnt* I$* k \~CIK.J h! 11, t-8,~. tfb,-lt
it\ LIN~IIJIL' ud 1,) hc tu.wci atli\r.d. t111\ 12rh JJ! 01' January A I). la&
Me\# htl.Rl'l!vit\ liosl)!\(; ( o\ft;\%l '7
0
//:7., L /$&&S. B! I/, ldricw.
2' ti, t /*rt vJ.nr
s r.u.1. t 11 I( )W,\
C0l:NrY OF H)l.k ..
On thi\ 12th dJ! ($1 January . 1983 . kttirc tiw
tt, n*. pciww.tIl! Lnciun. uh, king b! nx' Jut! \utm did >a! IhJl thr) arc VILX R'brdcnl\ rc~p~31\cl) 111 ihc 4!l~RC'tI,4SI'S I.
CO%ll'ANY (Muiu~I). IIr ctirpiirotitin dcumhcd in the forcpvng instrunk'nt. and thsr the SCJI rtlixcd lo tlh' \did tn*lruint
Ct~pwair ScpI rrt rhc .wid CSV~NJII~M ahi that the wid insiruiiwnl *a\ signed ad waled in ktlall t-f \aid Ctx-pirJiitin~ h! ai
11s Run( <If DIKiltW*.
Rodney Bliss 111 and William W. Warner
,~o~RlhPaQ.Whern~!. I ha\c hc.n.unit9 wt m) hand and atfiacd m? Wicid Scat. at the Cil! id Ih htlww. LWJ thc JJ! ;inA
1 .aL* c 9eabb *** @. *A ,*'**..- .--.. ... O1 % .* : Loi4d- ..I*,.. /'..,I f , : 1 :-
0 *.* :do
:* bv ." *** so -. ....... - ,l,W"l .,,..#, I ,,.,, I i % :goMdA :: ;
%*
*'*e '4 e ' bb .e*'* STA;I I: (11. 10\\.5 ****.**.. COl'h'TI Of R)LR .-
1. Rodney Bliss 111, Vice President
111 Ihr. hfl R(.!l \VI 'i IN AI)[%;(; ('OS~l'4NY IbtuluJlt. &I hL'tL+> Wnil! 111.11 llw Jhlhr' .IIIII 1I)ICctltllr I* .I
clt"C~1 L'I~?! 1*1 Ilk. l%)b$'[.k 01. ;\l-i~)Rv!',l. C.\C<Ulcd h! \JId %ll.k('I!.%N'l'S b%(j\k)l\(; (( )%lt'\>)' ~k!lll:*Ji'
.a
-- 41 in ttwc and ctlcct.
In Miin&% Whcn.tv1. 1 hdlv hcrcunbi wt rn? hand ard dlfiwd thc wal 01 Ihc ccit\tpt1!. af Des Nys; 122 d& &-*
tht\ 23RD JJ! ttt JUNE 14. 86
-
DESIGNATION OF SUBCONTRACTORS 0
The Undersigned certifies he/she has used the subbids of following listed Contractors in making up his/her bid and the subcontractors listed will be used for the work for w
they bid, subject to the approval of the City Engineer, ant accordance with applicable provisions of the specifications.
changes may be made in these subcontractors except upon the p
approval of the City Engineer of the City of Carlsbad. following information is required for each subcontrac
Additional pages can be attached, if required:
Items of Full Company Complete Address Phone N
Work Name w/Zip Code w/Area C
ut WON€*
I_-
0
-
I_-
---
a
-
DESIGNATION OF SUBCONTRACTORS (continued) - 0
The bidder is to provide the followinq information on the sub1 of all the listed subcontractors as part of the sealed submission. Additional pages can be attached, if required.
Type of State Carlsbad Amount
License 61 No. License No.* Bid ($ or Contracting Business Of
Full Company Name -
't - - NJOUC: u
-
-
-
-
-
- -
- - 0
- -
-- -
-
*Licenses are renewable annually. If no valid lice indicate "NONE". Valid license must be obtained prio
submission of signed Contracts. MCfZ a!i!i\c&L cs*aAGm-
Bidder ' s Company Name (Notarize or eo*f&% \s\s
Corporate Seal)
e
-
BIDDER'S STATEMENT OF FINANCXAL RESPONSIBILITY 0
The Undersigned submits herewith a notarized or sealed state] of his/her financial responsibility.
0
I_
-
(Notarize or
Corporate Seal 1
a
r ,---
- 9a - .. -
MCR ELECTRICAL CONTRACTOR, INC. Balance Sheet
March 31, 1986
a
ASSETS
Current Assets Cash in bank ’ $ 47,862
Accounts Receivable 180,156
Cost and Earnings in excess of of Billings on uncompleted Contracts 78,627
Total Current Assets $
Machinery & Equipment 11,648 Autos and Trucks 37 , 220
--------
Property and Equipment
Less; Depreciation Allowed -5,808 _-_----_
Total Property and Equipment
Other Assets -
Deposits 477
Prepaid expenses 75G
Organization Expenses 905
0
--------
Total Other Assets
Total Assets $
D
0
Date Contract
Completed
NW
N ammP h o ne Name and Address No. of Person Type of Amount o
of the Employer to Contact Work Contract
-.0w * -0 PAT -r€-RI Fm' klDY LL 1Q7b9.c CtTY --
7 - 2.0 -$C
9- IS-%F
\ - rb- Cr
2.25 -gb - 0
4 * LI~WWG I Sb,-
CCQC 23G -7101 ~trrt~rb 3hgw
53, -
AC -a- Tl f
L\+WLMr t-,- 5 .O. oahr OiSTflcCT M*un'v **a 2%- 39- ..-- ? GtL -f?
Cort~t~ 0r3-B- SbS - 5GZb - ,E?++
-
-
CONTRACT - PUBLIC WORKS
This agreement is made this /F day of
1986,: by and between the City oT Carlsbad, Ca municipal colrporatisn, (hereinafter called "City" ) , and
db
whose principal place of business is
City and Contractor agree as follows.:
1. Description of ,Work. Contractor shall perform all i~ specified in the Contract documents for:
HARDING STREET FLASHING BEACON CONTrWCT NO. 3234
(hereinafter called "projectn )
2. Provisions of Labor and Materials. Contractor shall pro!
all 1 absor, materials, tools, eguipment, and personne:
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of +
Contract; the bid Chocuments, including the Notice to Bid&
Instructions to Bidders' and Contractors' Proposals;
Plans and Specifications, and all proper amendments changes made thereto in accordance with this Contract or Plans and Specifications, and the bonds for the project; of which are incorporated herein by this reference.
@
4. Payment: As full compensation for Contractor's perform
of work under this Contract, City shall make payment to . per sec Contractor the total amount of $12,042.00
9-3.2 of the Standard Specifications for Public Works Con
struction, 1985 edition. The closure date for each mon
invoice will be the 30th day of each month. Partial paym
will be disbursed monthly for the previous month's invo
according to the following schedule for 1986:
January 17 May 16 September 19
February 21 June 20 October 17 March 21 July 18 November 21
April 18 August 15 December 19
Invoices from the contractor shal.1 be submitted accordin the required City format to the City's assigned pro manager no later than the first Friday of the month. payments will be made at any time other than t
scheduled. .'
-
Payment of undisputed Contract amounts shall be contingent upon Contractor furnishsing City with a release of all cla: against City arising by virtue of this Contract as it
relaltes to those amounts.
Extra compensation equal to 50 percent of the net savings r
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 independent investigation ot the jobsite, the soil conditic
under the jobsite, and all other conditions that might affc
the progress of the work, and is aware of those conditio1 The Contract price includes payment for all work that may done by Contractor in order to overcome unanticipal underground conditions. Any information that may have bt furnished to Contractor by City about underground conditic or other job conditions is for Contractor's convenience on'
and City does not warrant that the conditions are as tl
indicated. Contractor is satisfied with all job conditio] including underground conditions and has not relied
information furnished by City.
0
6. Contractor Responsible, for Unfor,eseen Conditions. Contraci
shall be responsible for all 1 oss or damage arising out the nature of the work or from the action of the elements from any unforeseen difficulties which may arise or encountered in the prosecution of the work until . acceptance by the City. Contractor shall also be responsil for expenses incurred in the suspension or discontinuance
the work. However, Contractor shall not be responsible j reasonable delays in the completion of the work caused acts of God, stormy weather, extra work, or matters which 1 specifications expressly stipulate will be borne by City.
0
7. Chanqe Orders. City may, without affecting the validity 0:
this Contract, order change orders, modifications, deletioi 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 Contractors shall I be entitled to compensation for any extra work performed unless the City has issued a written change order designat
in advance the amount of additional compensation to be paic 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 agreeon the amount o reduction, the work shall nevertheless proceed and the amoi shall be determined by arbitration or litigation. The onl]
0
-
person authorized to order changes or extra work is the Ci
Engineer. However, no change or extra work order is in
excess of $5,000.00 shall be effective unless approved by
the City Council.
8. Prevailing Wage. Pursuant to the Labor Code of the State
California, the City Council has ascertained the gene.
prevailing rates of per diem wages for each craft or type worker needed to execute the Contract and a schedl containing such information is in the City Clerk's offic and is incorporated by reference herein. Pursuant to La1
Code Section 1775, Contractor shall pay prevailing wagc Contractor shall post copies of all applicable prevail wages on the job site.
9. Indemnity. Contractor shall assume the defense of , indemnify and hold harmless the City, and its officers < employees, from all claims, loss, damage, injury t liability of every kind, nature and description, directly indirectly arisinq from or in connection with the performai
of the Contract or work; or from any failure or allec failure of Contractor to comply with any applicable 1( rules or regulations including those relating to safety <
health: except for loss or damage which was caused solely
the active negliqence of the City; and from any and a claims, loss, damage, injury and liability, howsoever 1 same may be caused, resulting directly or indirectly from i nature of the work covered by the Contract, unless the 1( or damage was caused solely by the active negligence of 1
City. The expenses of defense include all costs i expenses, including attorneys fees for litigatic arbitration, or other dispute resolution method.
a
0
10. Insurance. Without limiting contractor's indemnification,
1s agreed that contractor shall maintain in force at i times during the performance of this agreement a policy policies of insurance covering its operations and insurai covering the liability stated in Paragraph 9. The policy policies shall comply with the special insurance instructic attached to the bid documents and shall contain the follow: clauses:
Contractor's liability insurance policies shall contain t
following clauses:
A. "The City is added as an additional insured as respec
operations of the named insured performed under contri
with the City."
B. "It is agreed that any insurance maintained by the C: shall apply in excess of and not contribute wil insurance provided by this policy." 0
All insurance policies required by this paragraph shi contain the following clause:
-
A. "This insurance shall not be cancelled, limited or nc
renewed until after thirty days written notice has bc given to the City.''
a
Certificates of insurance evidencing the coverages requi by the clauses set forth above shall be filed with the C
prior to the effective date of this agreement.
requirements of Section 3700 of the California Labor COC Contractor shall also assume the defense and inaemnify < save harmless the City and its officers and employees f
all claims, loss, damage, injury, and liability of evl kind, nature, and description brought by any person emplo: or used by Contractor to perform any work under this Contr
regardless of responsibility for negligence.
11. Workers' Compensation, Contractor shall comply with
12. Proof of Insurance. Contractor shall submit to the C
certification of the policies mentioned in Paragraphs 10
11 or proof of workers' compensation self-insurance prior
the start of any work pursuant to this Contract.
13. Arbitration. Any controversy or claim in any amount up
$100,000 arising out of or relating to this Contract or
breach thereof may, at the option of City, be settled
arbitration in accordance with the construction indus
rules of the American Arbitration Association and judgm
upon the award rendered by the arbitrator(s) may be ente in any California court having jurisdiction thereof.
award of the arbitrator(s) shall be supported by law
substantial evidence as provided by the California Code
Civil Procedure, Section 1296.
0
14. Maintenance of Records. Contractor shall maintain and m available to the City, upon request, records in accorda with Sections 1776 and 1812 of Part 7, Chapter 1, Article
of the California Labor Code. If the Contractor does
maintain the records at Contractor's principal place
business as specified above, Contractor shall so inform
City by certified letter accompanying the return of t Contract. Contractor shall notify the City by certif
mail of any change of address of such records,
15. Labor Code Provisions. The provisions of Part 7, Chapter commencing with Section 1720 of the California Labor C are incorporated herein by reference.
16. Security. Pursuant to the requirements of law (Governem
Code Section 4590) appropriate securities may be substitu
for any monies withheld by City to secure performance this Contract or any obligation established by t
Contract. 0
-
17. Additional Provisions. Any additional provisions of tk e
agreement are set f'orth in the "General Provisions"
"Technical Requirements" attached hereto hereof. Mw24 t;eeTleA
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
By-
-- Title
--- - City Manager, for Contracts less than $10,000
0
ATTEST :
Contractor's Certification of Awareness of Workers' Compensat
Re spons i b i 1 it y .
"1 am aware of the provisions of Section 3700 of the Labor Ci which requires every employer to be insured against liability
workers' compensation or to undertake self-insurance accordance with the provisions of that code, and I will corn with such provisions before commen work of this Contract."
0
PERFORMANCE BOND BOND NO. CA 106673 f EXECUTED IN FIVE PARTS -
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council Of the City of Carlsbad, Stai
(hereinafter designated as the "Principal"), a Contract for:
California, by Resolution No. --- 8719 r adopted Au~. 5 9 1986 awarded to MCR ELECTRICAL CONTRACTORS, INC.
HARDING STREET FLSHING BEACON
CONTRACT NO. 3109
in the City of Carlsbad, in strict conformity with the cont~
the drawings and specifications, and other Contract document: on file in the Office of the City Clerk of the City of Car: all of which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute
Contract and the terms thereof require the furnishing of a for the faithful performance of said Contract;
NOW, THEREFORE, WE, J MCR ELECTRICAL CONTRACTORS, INC.
r/ MERCHANTS BONDING COMPANY (MUTUAL)
Principal, (hereinafter desiFnated as the "Contractor")
as Suretya are held and firmly bound unto the City of Carl:
in the sum of I/ TWELVE THOUSAND FORTY TWO PLND NO/lOOS----------- Dollars ($ &2,042-OO---------j, said sum becng equal to one hi
per cent 71 00%) of the estimated amount of the Contract, i paid to the said City or its certain attorney, its successor!
assigns: for which payment, well and truly to be made,, we
ourselves, our heirs, executors and administrators, successoi assigns, jointly and severally, firmly by these presents,,
THE CONDITION OF THIS OBLIGATION IS SUCH that if the i
bounden Contractor, his/her or its heirs, execul administrators, successors or assigns, shall in all things I to and abide by, and well and truly keep and perforr
covenants, conditions, and agreements in the said Contraci
any alteration thereof made as therein provided on his/ht
their part, to be kept and performed at the time and ii
manner therein specified, and in all. respects according to 1 true intent and meaning, and shall. indemnify and save harr the City of Carlsbad, its officers and agents, as tht
stipulated, then this obligation shall become null and 7
otherwise it shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and a( that no change, extension of time, alteration or addition tc
terms of the Contract, or to the work to be performed therer
\ --- a
-_I----- --
...
/' 0 c
-1
or the specifications accompanying the same shall affect i
obligations on this bond, and it does hereby waive notice of a change, extension of time, alterations or addition to the ter of the Contract, or to the work or to the specifications.
In event that any Contractor above named executed this bc as an individual, it is agreed that the death of any sc
Contractor shall not exonerate the Surety from its obligatic
under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by t
Contractor and Surety above named on the J8TH day of J AUGUST 19 86
e r
the
7'
#
(Notarize or Corporate Seal for Each Signer)
a
\
5TAE OF CALIFORNIA 1'
) ss.:
CITY AND COuNn OF SAN DIEGO )
on this 18~~ day of AUGUST 19 86 , before me, the undersigned Notary Public, in and for
a person known to me (or proved to ne on t personally appeared BETTIE L- GARC1A- satisfactory evidence), to be the person who executed the written hXn.ment as Attorney-ikFact On beha'
corporation therein named and acknowledged to me that the corporation executed it*
A.D. 1 AUGUST Given under my hand and Notarial Seal this 18TH %' uf
My Cmission Expires
FOR? 116 12/82
hhRCHANTS BOWING COMPANY - RIUTUAI, -
POWER OF ATTORNEY
DES MOINES, IOWA a
Know All Men B) Thcw k*nr\. that thc h1F.RCHANl'S BONDING COMPANY (Mutual). a cotpir.iriiin dul! iirpiii/.cJ under
laws of the State (11 Iowa. and hdving 11, pnnctpdl otficc in the Cit) of De\ hloincr. Count? of Polh. Statc ol Iciua. h.lth ni.idc. wnwt
ad appiintd. and dtw hy thee pcwnt. ndc. constitute and appii~it
Angie V. Mauricio, Bettie L. Garcia, A. J. Campbell and'J. T. Warnock
Of San Die o and SMC of California it\ truc and i~ulul .Arttimc!-iri-F.i~t. \\ Ith lull
and aulliorit> hcrch) LxinlLmc&n 11, nJinc. pkc and \[cad. to bign. ~ILYLIIL'. achntwlcilgc dnd dclncr in it, kh.il1 .I\ \urc.[\
any and all bonds and undertakings in its normal course of businesb
and 111 hind Ihc 5ll:Kt )i.\Sl5 H0V)IM; (X)kll!.lY) Ihlutuiil) IIILYC~ .I\ lull! .iiitI ti1 the UIW c\tsii~ .I\ ii wLh hinJ ((I uiidc,i1.iLin;
signed h! llic dul! authtiri/cd ttiLcr\ ti1 th, hlI..K('t{ANl S IH )Kl)lN(i ('Ohll'8\K\' thlutu.ilt. ;I~J ;dl !tic JCI\ 01 \JIJ A!toni'.). pur\(
IO the aulhtirir! krcin p\cii. arc 1icrL.h) rdlilicd .ird i oiiliiiiiz~l
'hi\ P'~ucr-~ri-4ril~ni~.\ I\ iii,i,lc .tiid t~w~u:d pur\uJnt 1,) did h! dUlhoril\ til thc Itilhiuiiig H! .hu .~d<ipkd b! lhc kidd i>I 1)irci
tii tk hlI.K('HhNTS l$OSl)lS(i CO\llANl ;\111tu.111
AKIK 1.1: 2. Sl.(TlOS $..I - "Thi Clirliiiiim til Ihc Ihi.iid or Prc\idcnc or an! \it<- Prcwknl or ScLrc1,in \hall h.i\i. I*WL.I
authoril! 1\1 appni~ir \rlorliL.!,.iv I J<! JII~ hi 3utlit111~ Ihc.11, I(I c\L.<iitc tin khalt (11 [hi. (.(IIII~JII!. JI~J JIIAII Ihs h.11 01
C',wipan! tlicrcl~~, horiJ, JiiJ uridirding.. r~itigni7dnic\. c'iinIr&'l\ 111 inclcninil> and ~,11it'r \t riliric\ ttlilig.iloi> 111 lhc 11.1
thcrciii '.
It1 \V~rii~,.. Mlicrciil. hll.K( l1.\5rS liOXl)l\(i C'O>Il'\Y). l\lwu,til h.i\ t,iii~c.d ihcw ~FCWII, I<) tx \igtii,~l b\ III \.it<, l'!~wd~xf~.
11, uvp.ir.tk -*a1 I~I hc. Iicrc~ii dlli\Ld 111i\ 12th d.i! ti1 January A I). 1@3
All~,\t hll.K('lI~\N 14 liO%l)l\t i ('03ll!.\%j t Zlili
e
/-I
B! &$$2&f..( lL/zt.-. 1
7"") L & ,,:FF ti. * Pr,
Shll.. ()I IOWA cuwn ot: RN.K ..
On [hi\ 12th dJ> td January . 1983 . hArc iiic ;qyv
III nv pi~rnall) hnoun. uho king h! IIIC dul! worn did say that thq arc \icc Prcridma rcqvctt\cl~ 111 the AtLiRCtIANl?, UONl)
COh1I'ANY (hl~tu~li. the corpiratiiin dcxnkd in the forcpung insttunmt. and that the Seal dtlixcd 10 the WIJ in\trunicnt t\
Cmporatc Scal of the said C~ipiratiiul and tht the =id instru~i~cnt wab signcd ad sealed in khalf of Wid Corpmtion h) aiithtm~!
its Riid of DirLxtiirx.
Rodney Bliss 111 and William W. Warner
elpT!3tlm Whemil'. I ha\c hcrcunto wt rn) hand and aflixed my official Scal. at the Ci?! of DL-\ hlciincl\. I~md thc Ja! mil ?car
0.
'. Q &5 .a?*) c' .rub 0.
.a *. (" : e w ;*
:* v :
. .t *c ..l....... O1 -e*
4 ,' I',~.l ( ,*uno I?. *e : *. 1 ; \oyIA i ~ :
** so *. ....... -- %b :
,", I L,."'* 0. 0.
O0 '' e ' rL *e* STAI 1. Ot- IO\i\x
e.....*** COl'hTY OF WLK .. .*..
1. Rodney Bliss 111, Vice President
of the hlI:H('ti.\Yl\i I(( N)l%i ('Oh41'4NY ~MuIuJI). do hcich! i.mil! that thc ahw! ;IIK! IIWC~<*III~ I- .I mc'
c~nc~t LXI~ CII tlx l%N'l-X 01: ,\TlOKNI:\. ctccutcd hy WL! hll:K('HANlS HONI)IN(; C~O%li'.\S!' lkIul:d~. *Iiik
still in Iorcc iuK1 cliwt.
:e
-7 In Wtncir Wknud. I h\c knwnlti x!! mv band and atfiwd t ~c.;11 of thc Ctniiyun?. at Des M
# -- 3 @Z2 /
&I* 18TH A! 111 AUGUST 19. k 6
ROBER J 7. DRlVER CO INC
Jack Wamock
Your representative
(6 1 9) 238- 1 828
1620 FIFTH AVE., SAN DIEGO. CA 92101
-
GENERAL PROVISIONS - 0
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latt edition of the Standard Specifications for Public WOI
Construction, hereinafter designated SSPWC, as issuedm Southern Chapters of the American Public Works Associatic the City of Carlsbad supplement to the SSPWC, the Contri documents, and the General and Special Provisions attaci
thereto.
The Construction Plans consist of one (1) sheet designated
as City of Carlsbad Drawing No, 266-7. The standard drawings utilized for this project are the San Diego AI Regional Standard Drawings, hereinafter designated SDRS, issued by the San Diego County Department of Transportatic together with the City of Carlsbad Supplemental Standq
Drawings, Copies of pertinent standard drawings are enclor
with these documents.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all lab1
equipment and materials, and performing all operatii necessary to complete the project work as shown on . project plans and as specified in the specifications. 0
3. DEFINITIONS AND INTENT
A. Engineer:
The word "Engineer" shall mean the City Engineer or I
approved representative.
B. Reference to Drawings:
Where words "shown", "indicated", "detailed", "notec "scheduled", or words of si.milar import are used, shall be understood that reference is made to the pl' accompanying these provisions, unless stated otherwise
C. Directions:
Where words "directed", "designated", "selected",
words of similar import are used, it shall be understi
that the direction, designation or selection of
Engineer is intended, unless stated otherwise. The WI
a
-
"required" and words of similar import shall understood to mean "as required to properly complete work as required and as approved by the City Enginee
unless stated otherwise.
0
D. Equals and Approvals:
Where the words "equal", "approved equal", "equivale
and such words of similar innport are used, it shall
understood such words are followed by the expression the opinion of the Engineer", unless otherwise stat Where the words "approved", "approval", "acceptance",
words of similar import are used, it shall be underst! that the approval, acceptance, or similar import of
Engineer is intended.
E. Perform and Provide:
The word "perform" shall be understood to mean that
Contractor, at her/his expense, shall perform
operations, labor, tools and equipment, and furth
including the furnishing and installing of materials t are indicated, specified, or required to mean that Contractor, at her/his expense, shall furnish and inst
the work, complete in place and ready to use, includ furnishing of necessary labor, materials, too equipment, and transportation.
4. CODES AND STANDARDS 0
Standard Specifications incorporated in the requirements
the specifications by reference shall be those of the lati
edition at the time of receiving bids. It shall understood that the manufacturers or producers of materi< so required either have such specifications available reference or are fully familiar with their requirements
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contrac? per Section 6-1 of the SSPWC at the time of i
preconstruction conference. No changes shall he made to i
construction schedule without the prior written approval
the City Engineer.
The contractor shall also submit at the preconstruct
conference a schedule of expected monthly paymt
requirements.
Any progress payments made after the scheduled complet date shall not constitute a waiver of this paragraph or ( damages . e
-
Coordination with the respective utility company for rem01 or relocation of conflicting utilities shall be requiremei
prior to commencement of work by the Contractor,
The Contractor shall begin work within 15 calendar days afi
being duly notified by an issuance of a "Notice to Procef
and shall diligently prosecute the work to completion wit1
75 consecutive calendar days. If the completion date is I met the contractor will be assessed the sum of $500.00 1
day for each day beyond the completion date as liquidai
damages for the delay. Any progress payments made after i
specified completion date shall not constitute a waiver this paragraph or of any damages.
0
6 . NONCONFORMING WORK
The Contractor shall remove and replace any work I
conforming to the plans or specifications upon written or(
by the City Engineer, Any cost caused by reason of tl
nonconforming work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (1) year after
filing of a "Notice of Completi.on" and any faulty work
materials discovered during the guarantee period shall repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
e
Where installation of work is required in accordance with product manufacturer's directions, the Contractor sh, obtain and distribute the necessary copies of SI instructions, including two (2) copies to the City Enginee
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construct
shall be equipped with mufflers in good repair when in use the project with special attention to City Noise Cont Ordinance No. 3109, Carlsbad Munici.pa1 Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a C
Construction Inspector. Inspectors shall have free access any or all parts of work at any time. Contractor sh furnish Inspectors with such information as may be necess to keep her/him fully informed regarding progress and man
of work and character of materials. Inspection of work sh
not relieve Contractor from any obligation to fulfill t Contract. 0
-
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by
to be inserted in this Contract shall be deemed to inserted herein and the Contract shall be read and enfor as though it were included herein, and if, through mist or otherwise, any such provision is not inserted, or is
correctly inserted, then upon application of either pa
the Contract shall forthwith be physically amended to m
such insertion or correction.
8
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors, and materi suppliers shall provide and install the work as indicat
specified, and implied by the Conl:ract documents. Any it
of work not indicated or specified, but which are essent to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of s
documents. In all instances throughout the life of
Contract, the City will be the interpreter of the intent the Contract documents, and the City's decision relative
said intent will be final and binding. Failure of
Contractor to apprise her/his subcontractors and materi
suppliers of this condition of the Contract will not reli
her/him of the responsibility of compliance.
13. SUBSTITUTION OF MATERIALS 0
The Proposal of the Bidder shall be in strict conform with the drawings, specifications, and based upon the it
indicated or specified. The Contractor may offe substitution for any material, apparatus, equipment,
process indicated or specified by patent or propriet
names or by names of manufacturer which she/he consid
equal in every respect to those indicated or specified. offer made in writing, shall include proof of the State F
Marshal's approval (if required), all necessary informati
specifications, and data. If required, the Contractor,
her/his own expense, shall have the proposed substitu
material, apparatus, equipment, or process tested as to quality and strength, its physical, chemical, or ot
characteristics, and its durability, finish, or efficie
by a testing laboratory as selected by the City. If
substitute offered is not deemed to be equal to that
indicated or specified, then the Contractor shall furni
erect, or install the material, apparatus, equipment,
process indicated or specified. Such substitution
proposals shall be made prior to beginning of constructi
a
-
if possible, but in no case less than ten (10) days prior 0 actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complt
"as-built" record set of transparent sepias, which shall corrected daily and show every change from the origii drawings and specifications and the exact "as-bui locations, sizes and kinds of equipment, underground pipii valves, and all other work not: visible at surface grac Prints for this purpose may be obtained from the City
cost. This set of drawings shall be kept on the job (
shall be used only as a record set: and shall be delivered
the Engineer on completion of the work.
15. PERMITS
The general construction, electrical, and plumbing perm will be issued by the City of Ceirlsbad at no charge to Contractor. The Contractor is responsible for all ot
required licenses and fees,
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price ite are for comparing bids and may vary from the actual fi
quantities. Some quantities may be increased and others be decreased or entirely eliminated. No claim shall be m
against the City for damage occasioned thereby or for 1
of anticipated profits, the Contractor being entitled o to compensation for the actual work done at the unit pri bid.
The City reserves and shall have the right, when confron with unpredicted conditions, unforeseen events,
emergencies to increase or decrease the quantities of WI
to be performed under a scheduled unit price item or
entirely omit the performance thereof, and upon the decis
of the City to do so, the City Engineer will direct
Contractor to proceed with the said work as so modified. an increase in the quantity of work so ordered should res
in a delay to the work, the Contractor will be given equivalent extension of time.
0
17, SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for
safety of employees on the work and shall comply with applicable provisions of Federal, State and Municipal saf
0
-
laws and building codes to prevent accidents or injury
persons on, about, or adjacent to the premises where i work is being performed. He/she shall erect and propel maintain at all times, as required by the conditions < progress of the work, all necessary safeguards for i protection of workers and public, and shall post danc signs warning against hazards created by such features construction as protruding nail.s, hoists, well holes, ,
falling materials.
e
1 8. SURVEYING
Contractor shall employ a licensed land surveyor
registered civil engineer to perform necessary surveying
this project. Requirements of the Contractor pertaining this item are set forth in Section 2-9.5 of the SSP1 Contractor shall include cost of surveying service wit1 appropriate items of proposal. No separate payment will made.
19. UTILITIES
Utilities for the purpose of these specifications shall
considered as including, but riot limited to pipe lin conduits, transmission lines, and appurtenances of wPub
Utilities" (as defined in the Public Utilities Act of
State of California) or individua1.y solely for their own I
or for use of their tenants, and storm drains, sanit
sewers, and street lighting. The City of Carlsbad <
affected utility companies have, by a search of kni records, endeavored to locate and indicate on the Plans utilities which exist within the limits of the wo
However, the accuracy or compl.eteness of the utilit
indicated on the Plans is not guaranteed. Serv
connections to adjacent property may or may not be shown
the plans. It shall be the responsibility of the Contrac to determine the exact location and elevation of utilities and their service connections. The Contrac
shall make his/her own investi-gation as to the locatil
type, kind of material, age and condition of exist
utilities and their appurtenances and service connectii
which may be affected by the contract work, and in addit he/she shall notify the Ci.ty as to any utili appurtenances, and service connections located which h been incorrectly shown on or omitted from the plans.
The Contractor shall notify the owners of all utilities
least 48 hours in advance of excavating around any of structures. At the completion of the contract work,
0
a
-
Contractor shall leave all utilities and appurtenances i
condition satisfactory to the owners and the City. In
event of damage to any utility, the Contractor shall not
the owners of the utility immediately. It is responsibility of the Contractor to compensate for uti1
damages.
The temporary or permanent relocation or alteration utilities, including service connections, desired by 1 Contractor for his/her own convenience shall be I
Contractor's own responsibility,, and he/she shall make i arrangements regarding such work at no cost to the City. delays occur due to utilities relocations which were I
shown on the Plans, it will be solely the City's option
extend the completion date.
In order to minimize delays to the Contractor caused by t failure of other parties to relocate utilities whi
interfere with the construction, the Contractor, UE
request to the City, may be permitted to temproarily on the portion of work affected by the utility. The porti
thus omitted shall be constructed by the Contract
immediately following the relocation of the utility involv unless otherwise directed by the City.
All costs involved in locating, protecting and supporting all utility lines shall be included in the price bid f
various items of work and no additional payment will
made.
The Contractor shall notify the City of Carlsbad Polic Fire Departnent and other services, 48 hours prior beginning work. In addition, the contiguous property owne shall be notified 48 hours in writing prior to beginning work and also during the progress of work if substanti traffic flow changes or driveway closures will affect the
operations.
0
0
Police 438-551 1 Fire 438-5521
San Diego Gas 61 Electric 438-6103
438-5628
Post Office '7 29-2456 Pacific Bell 586-3882
Costa Real Water District ,4 3 8- 2 7 2 2
Trash
20. WATER FOR CONSTRUCTION
The contractor shall obtain a construction meter for watt utilized during the construction under this contract. TI- contractor shall contact the appropriate water agency fc requirements. The contractor shall include the cost c water and meter rental within appropriate items of tk: proposal. No separate payment will be made. 0
-
21. DUST CONTROL
The Contractor shall furnish a water supply vehicle on
job site. The Contractor shall apply water in the amou and at intervals as directed by the Engineer. The wa supply vehicle and an operator shall be available up0
reasonable notice as determined by the Engineer for af hours, weekend or holiday dust control work. If
Contractor is not available for dust control measures, City will arrange for the work to be performed by 0th and will deduct all equipment, labor and material co thereof from the contract amount. The Contractor sh
furnish a street sweeper vehicle on the job site and sh
sweep areas as directed by the Engineer. All co
involved for dust control, including supplying operating water supply vehicles and street sMeepers, sh be absorbed in other items of work.
e
22. CUTTING, PATCHING
The Contractor shall do all cuttinng, fitting or patch
of the work that may be required to make its several pa come together properly and fit it to receive or
received by work of other contractors shown upon,
reasonably implied by, the plans and specifications
the completed structures, and Contractor shall make g any defect as the City may direct.
The Contractor shall not endanger any work by cutti excavating or othehrwise altering the work and shall
cut or alter the work of any other Contractor save w
the consent of the City.
0
23. BARRICADES
The Contractor shall provide and innstall all barrica
and barricade signing as required for traffic contr
Temporary signs, barricades, reflectors and other it
that may be required durinng the course of construction
the City or other governing agencies or codes shall
provided by the Contractor.
24. CLEANUP AND PROTECTION OF WORK
The Contractor is required to conduct concurrent @lea
operations as the work proceeds. Portions of the other than active work areas as determined by the C
Engineer shall be completely cleaned of dirt, debr
trench spoil, equipment and construction materials
these areas are to be completely restored.
Dumping or storage of materials or storage of equipment
public rights of way or private property requir
subsequent cleanup shall not be permitted unless writ
permission is secured from the agency having jurisdict or owner of the property and submitted to the Engineer
approved.
0
-
Roadway and parkway areas shall. be left clean and neat within a tolerance of + 0.10 feet. Fine grading P
shall include dress-up of eroded or rutted areas wit
street right-of-way and elsewhere caused by Contractol storm damage during the construction period.
Contractor shall finish the roadway for acceptance by
City of Carlsbad. This shall include dressing parkway, removal of any unsuitable material, wash-down pavement and cleanup of any debris arising from execut of Contractor's work. Site shall be left in a clean neat condition to the satisfaction of the City.
Until the formal acceptance of the work, the Contrac
shall have the charge and care thereof and shall bear
risk of injury or damage to any part thereof by the act
of the elements or from the performance or nonperforma
of the work.
All costs involved in protection, restoration and cleai
of existing improvements shall be included in other itc
of work.
- a
25. WORK INDICATED AS N.I.C.
The term "N.I.C." shall be construed to mean that work
this Contract which is not being performed by t
Contractor; the term shall mean "Not In This Contract"
"Not A Part Of The Work To Be Performed By TI:
Contractor. "
0
26. VANDALISM
All improvements shall be protected from defacement unauthorized markings during the period of the contrac Items so damaged shall be replaced or repaired by t Contractor at no cost to the City.
27. USE OF PAVEMENT SAWS
A concrete pavement saw shall, where practical, be used the removal of all existing concrete curbs, sidewalks a'
gutters. A full depth of saw cut shall be used whel
possible. Minimum depth of saw cut shall be 2/5 of tk thickness of the concrete pavement. Pavement saws nee
not be used for the removal of bituminous pavement in tk City streets. However, the bituminous pavement shall f sawed at removal lines determined by the Engineer.
0
-
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of contract insurance against claims for injuries to person: damages to property which may arise from or in connection t the performance of the work hereunder by the Contractor,
agents, representatives, employees, or subcontractors. If
insurance is on a "claims made" basis, coverage shall be ma tained for a period of three years from the date of completion the work. The cost of such insurance shall be included Contractor's bid. The insurance company or companies shall IT the requirements of City Council Resolution No. 8108.
A. Minimun Scope of Insurance
e
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed,l/
covering Comprehensive General Liability; and Insura
Services Office form number GL 0404 covering Broad F Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed.l/ covering Automobile Liability, code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code the State of California and Employers' Liabil
insurance. a
R. Minimum Limits, of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combii single limit per occurrence for bodily injury i property damage. If the policy has an aggregate limil separate aggregate in the amounts specified shall
established for the risks for which the City or A
agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single lin per accident for bodily injury and property damage.
3. Worker's Compensation and Employers' Liability: Work6
compensation limits as required by the Labor Code of t
State of California and Employers' Liability limits
$1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declar to and approved by the City. At the option of the Cit either: the insurer shall reduce or eliminate such a
-
deductibles or self-insured retentions as respects the Ci its officials and employees; or the Contractor shall proc a bond guaranteeing payment of losses and rela
investigation, claim administration and defense expenses,
0
D. Other Insurance Provisi,ons
The policies are to contain, or be endorsed to contain, '
following provisions:
1, General Liability and Automobile Liability Coveraqes:
a. The City, its officials, employees and voluntel are to be covered as insured as respects: liabil arising out of activities performed by or on beh
of the Contractor; products and completed operatil of the Contractor; premises owned, leased or used the Contractor: or automobiles owned, leased hi or borrowed by the Contractor. The coverage sh
contain no special limitations on the scope protection afforded to the City, its officia: employees or volunteers.
b. The Contractor's insurance coverage shall be prim;
insurance as respects the City, its officia: employees and volunteers. Any insurance or se: insurance maintained by the City, its officii employees or volunteers shall be excess Contractor's insurance and shall not contribute w: it.
0
c. Any failure to comply with reporting provisions
the policies shall not affect coverage provided
the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insuran
shall apply separately to each insured against wh
claim is made or suit is brought, except wi respect to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coverag
The insurer shall agree to waive all rights subrogation against the City, its officials, employe and volunteers for losses arising from work performed Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspende voided, cancelled, reduced in coverage or in limi except after thirty (30) days' prior written notice certified mail, return receipt requested, has been giv to the City.
0
-
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rat
of no less than A:XI unless otherwise authorized by C
Council Resolution No. 8108.
0
F. Verification of Coverage
Contractor shall furnish the City with certificates
insurance and with original endorsements affecting cover required by this clause. The ceirtif icates and endorseme for each insurance policy are to be signed by a per authorized by that insurer to bind coverage on its beha
The certificates and endorsements are to be in forms provi by the City and are to be received and approved by the C before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insureds un its policies or shall furnish separate certificates
endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requireme
stated herein.
0
a
-32
TECHNICAL REQUIREMENTS a
GENERAL
The following additions are made to Parts 2,3,and 4 of t
Standard Specifications. If there is a conflict betwe
these additions and the Standard Specifications, the
additions shall have precedence.
2. PART 2 - CONSTRUCTION MATERIALS
Where applicable, alternate materials specified in Par1
of the Standard Specifications shall be used.
3. PART 3 - CONSTRUCTION METHODS
General Description of Work
The work to be done in general consists of the followir
Installation of two (2) CalTrans Type 98 Flashing Beacc
complete on new foundation with CalTrans Type \
Pedestrian Crossing Signs, one CalTrans Type M Cabinet w.
a time clock and flashing beacon controller assembly witt
CalTrans Type I1 Electric Service fully wired and i
necessary conduits, wires and other apppurtenances neec
to place the flashing beacon in full operation.
precedinq shall include furnishing all labor, materia
tools, equipment and incidentals necessary to perform s
work and to complete work to the satisfaction of
Engineer.
TRAFFIC CONTROL
Construction shall only be performed between the hours of 7
A.M. and 4:OO P.M., Monday through Friday, with the follow
conditions:
0
Access to private properties shall be maintained accord
to Section 7-10.1 of the Standard Specifications.
Full notification of construction schedule and limitat
of access shall be given, in writinq to all affec
property owners by the contractor.
The Contractor shall provide a detour plan to the C
Engineer for approval prior to the closure of
roadways.
Standard "Construction Ahead" (C18) signs shall be usec
all approaches and "Detour Ahead'' (CI) and "Road Clc
Ahead Local Traffiic Only" (C3) signs shall be used on
approaches to the project. These and other signs
barricades shall be used as indicated in the aforementic
"Traffic Manual.''
e
-
Payment for the preceding traffic control requireme]
shall be included in the lump sum price bid for "Trafl
Control" and no additional compensation will be allowed,
Any deviation from these requirements shall be approved the Traffic Engineer.
0
0
0
-3
1. CALTRANS Specifications - Construction materials a
practices for turnishing and installing new flashing beacon
meter pedestals and appurtenances, shall conform to t
provisions in Section 86 "Signals and Lighting" of t CALTRANS Standard Plans and Specifications (July, 19 Edition), and these Special Provisions.
e
2. Equipment List and Drawings - Equipment list and drawings
electrical equipment and material shall conform to t
provisions in Section 86-1.03, "Equipment List and Drawings of the CALTRANS Standard Specifications and these Spec! Provisions.
The Contractor shall furnish a maintenance manual for i controller units, and auxiliary equipmment. The maintenar manual and operation manual may be combined into one manui One copy of the maintenance andl operation manual shall submitted to the City prior to installation. The maintenar manual shall include, but need not be limited to 1 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
(9) Geographical Layout of Components (h) Schematic Diagrams (i) List of Replaceable Component Parts with Stock Number
3. Foundation - Foundations shall conform to the provisions Specification 86-2.03 "Foundations" of the CALTRANS Stand
Specifications and these Special Provisions.
Portland cement concrete shall conform to Section 90 "Minor Concrete" of the CALTRANS Standard Specifications shall contain not less than 470 pounds of cement per cu
yard, except concrete for pile foundations shall contain
less than 564 pounds of cement per cubic yard.
The fifth paragraph in Section 86-2.03 "Foundations" of CALTRANS Standard Specifications is amended to read:
"Cast in drilled hole concrete pile foundations for traf
siqnal and lighting standards shall conform to the provisi
in Section 49 "Piling" with added requirements that stande
shall not be erected until seven (7) calendar days F
elapsed after placing concrete and that material result from drilling holes shall become the property of Contractor".
Excess unclassified material resulting from foundations
grading shall become the property of the Contractor and sk
be properly disposed of.
m
a
-
4. Conduit - Conduit shall conform to the provisions of Sect - 05 "Conduit" of the CALTRANS Standard Specifications , 0
these Special Provisions.
Rigid metal conduit to be used as a drilling or jacking 1
shall be fitted with a suitable drill bit for the size hc
required.
Insulated bonding bushings wil.1 be required on me
condu it .
After conductors have been installed, the ends of condu
terminating in pull boxes and cabinets shall be sealed w
an approved type of sealing compound,
Heavy wall Underwriters' Laboratories approved polyvi
chloride (PVC-SCH-40) conduit may be used in sidewa
parkway and roadway areas provided the proper depth adhered to. If the jacking method is used, a hole must
bored and prior to removal of the boring tool, the polyvi
chloride shall be pulled back through the bored hole.
Nothing within this provision shall1 relieve the Contractor
this responsibility to avoid damaging existing utilities
for maintaining traffic through the work site in conforma
with the requirements shown on the plans.
5. Pull Boxes - Pull boxes shall conform to the provisions Specifications 86-2.06 "Pull Boxes" of the CALTRANS Stand Specifications and these Special Provisions.
6. Testing - Testing shall conform to the provisions in Sect
86-2.14 "Testing" of the CALTRANS Standard Specifications.
7. Field Testing - Field Test shall conform to the provisions
Section 86-2.14B "Field Testing" of the CALTRANS Stand
Specifications and these Special Provisions.
Meggar test for signal conductors shall be performed af conductors are connected to signal head terminals and bef connection to controller.
Load side conductors in signal heads shall be disconnec from terminal block during the test.
The full cost for the Contractor performing this fi testing in the presence of the Engineer shall be included
the lump sum price for installation of Flashing Beaco therefore no additional payment will be allowed.
0
0
-
Painting - Painting shall conform to the provisions
Section 86-2.16 "Painting" of the CALTRANS Stand Specifications and these Special Provisions.
All paint is to be furnished and applied by the Contractor
his expense,
Steel poles and mast arms shall not be painted except t all cuts or damaged edges shall be covered in accordance w Section 75-1.05 "Galvanizing" of the CALTRANS Stand
Specifications.
9. Flasher Assembly - The flashing Beacon Control Assembly sh
conform to the provisions of Section 86-3.08 "Auxili Equipment" of the CALTRANS Standard Specifications.
e
10. Signal Face and Signal Heads - Signal faces, signal heads
auxiliary equipment as shown on the plans, and installation thereof, shall conform to the provisions
Section 86-4 "Traffic Signals and Fittings" of the CALTR
Standard Specifications and the Special Provisions,
All lamps for traffic signal units shall be furnished by
Contractor.
11, Signs - Signs shall conform to these Special Provisions, Plans and the State of California Traffic Manual. contractor shall furnish and install the regulatory signs shown on the plans. The signs shall be aluminum wit minimum .080 gage thickness. All signs shall be reflectiv
12. Utilities - Utilities for the purpose of these specificati
shall b e considered as including, but not limited to, p
lines, conduits, transmission llnes and appurtenances "Public Utilities" (as defined in the Public Utilities Act the State of California) or individually solely for their use or for use of their tenants and storm drains, sanit sewers, and street lighting. The City of Carlsbad affected utility companies have, by a search of kn records, endeavored to locate and indicate on the plans
utilities which exist within the limits of the wo However, the accuracy or completeness of the utilit
indicated on the plans is not guaranteed. Serv
connections to adjacent property may or may not be shown the plans. It shall be the responsibility of the Contrac
to determine the exact location and elevation of
utilities and their service connections. The Contrac
shall make his/her own investigation as to the locati type, kind of material, age and condition of exist utilities and their appurentances and service connecti which may be affected by the contract work. In addit he/she shall notify the City as to any utility, appurentan and service connections located, which have been incorrec shown on, or omitted from, the plans.
a
a
-
The Contractor shall notify the owners of all utilities least 48 hours in advance of excavating around any of structures. At the completion of the contract work, Contractor shall leave all utilities and appurtenances i condition satisfactory to the owners and the City. In event of damage to any utility, the Contractor shall not the owners of the utility immediately. It shall be
responsibility of the Contractor to compensate for uti1
damages.
The temporary or permanent relocation or alteration utilities, including service connections, desired by Contractor for his/her convenience shall be the Contract0 own responsibility, and he/she shall make all arrangeme regarding such work at no cost to the City. If delays oc
due to utilities relocations which were not shown on
plans, it will be solely the City's option to extend completion date.
Upon request to the City, the Contractor may be permitted
temporarlly omit the portion of works affected by the fail
of other parties to relocate utilities which interfere would cause delays. The portion thus omitted shall
constructed by the Contractor immediately following relocation of the utility involved, unless otherwise direc
by the City.
The costs involved in locating, protecting and supporting
all utilities shall be included iii the price bid for vari
items of work and no additional payment will be made.
a
a
e
- * CERTIFICATION OF COMPLIANCE
I hereby certify that
in performing under the Purchase Order awarded by the City
Carlsbad, will comply with the C0unt.y of San Diego Affirmat Action Program adopted by the Board of
current amendments.
G
(NOTARIZE OR CORPORATE SEAL) e dtct 4e40tOedT Title
(Notarial acknowledgement of execution by all principals must
attached.)
a
*
m * .c
TELE 1200 ELM AVENUE
CARLSBAD, CALIFORNIA 92008 (619) 8
Office of the City Clerk
Mitg of MarlBbab
November 3, 1987
MCR Electrical
P.O. Box 1515
Imperial Beach, CA 92032
Re: Bond Release - Contract 113234 - Harding St. Flashing Beacons
Six months has elapsed from the date of recordation of the Notice
of Completion for the above-referenced contract. Therefore, per
instructions of Municipal Projects we are releasing the following
bond :
Labor & Materials Bond No. CA 106673
Merchants Bonding Company
$6,021.00
We are returning the bond to you so that you may return it to your
surety.
5zTfi Deputy City Clerk
Enc .
WRITE IT - DON’I’ SAY D I!
- Date 10-28
To Municipal Projects - Reply Wanted
From City Clerk’s Office UNO Reply Necessary
Re: Bond Release - Contract /I3234 - MCR Electrical - Harding St.
Flashing Beacons
Our records indicate that it is time to release the Labor & Materials
Bond for the above contract. Need authorization to release. Please
let me know if release is 0.k.
Thanks.
Karen
AIGNER FORM NO. 55032 F
a 0
1200 ELM AVENUE TELl
CARLSBAD, CALIFORNIA 92008 (619)
Office of the City Clerk
Mitg of Marlsbah
September 14, 1987
MCR Electrical Contractors
P.O. Box 1515
Imperial Beach, CA 92032
Re: Contract No. 3234 - Harding Street Flashing Beacons
The work on the above-referenced project has been accepted and the
Notice of Completion has recorded. Therefore, we are releasing 75%
of the Performance Bond. Please consider this letter as your notif-
cation that $9,031.50 of Merchants Bonding Company Faithful Perform:
Bond No. CA 106673 is hereby released.
retained until April 21, 1988.
The Labor & Materials Bond in the amount of $6,021.00 is due for
release October 21, 1987, which is six months from the date of
recordation of the Notice of Completion (copy enclosed).
The remaining 25% will be
gii-ixzT Deputy City Clerk
Enc .
--- I= -I*- &.u-ULAL -.,. -
City Clerk * 439 954 .1200 Elm avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
MUNICIPAL PROJECTS !%'$ APT3 21 Pi{ 2: 3s
'I 't,!-.c.ll i. I i LLk F. II
cou;+ f y ;<f-coi?[l! !?
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 16, 1987
I
q_
the Engineering project consisting of the Harding Street Flasing
Beacon
__lj
on which MCR Electrical Contractors, Inc.
was the Contractor, and
was the surety? was completed.
Merchants Bonding Company
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I_
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said I:
j 9P74aceepted the above described work as completed ar on
ordered that a Notice of Completion be filed.
) L/ v
I declare under penalty of perjury that the foregoing is true and corre
Executed on &&+& /d- 1987 at Carlsbad, California. v I
CITY OF CARLSBAD
d Ci
a ,/ . ,
: ,,
0 e
, 1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6 1
Office of the Cify Clerk
Citp af Carls’tra’b
April 15, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Municipal Projects
MCR Electrical Contractors, Inc.
Harding Street Flashing Beacon
Notice of Completion -. Engineering
Tamarack Shores, CT 81-44
Brian Smith Engineering, Contractor
Our staff has determined that the recordation of these document!
is of benefit to the City; therefore, it is requested that the
fees be waived.
Thank you for your assistance in this matter.
ryyy+
REN R,’ UNDTZ
Deputy City Clerk
Encs.
*/
I I
e e City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
MUNICIPAL PROJECTS
c
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 16, 1987 -
the Engineering project consisting of the Harding Street Flasing
Beacon
on which MCR Electrical Contractors, Inc.
was the Contractor, and
was the surety, was completed.
- Merchants Bonding Company
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK -
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said
on )4 !9r7 accepted the above described work as completed
ordered that a Notice of Completion be filed. v
I declare under penalty of perjury that the foregoing is true and cor
Executed on &.pd. /.5/ 1987 at Carlsbad, California. V I ,
< CITY OF CARLSBAD
ROBERT F. DRIVER COWANY INC
PET OFFICE BOX 670
SAN DIEGO, CA 92112-4112
I EFIGAYE HOLDER. THE8 CEWTIFSCATE DOE8 P VEWAGE AFFORDEE EV TI% POLICIES BEL01
PANGES AF'FORDI!dG COVEFIAGE
MCR ELECTRICAL CONTRACTORS, INC.
P.O. BOX 1515
IMPERIAL BEACH, CA 92032
MXX 80126445
---*---
MXX 80126445
NON-OWNED AUTOS
GARAGE LIABILITY
(EACH I
I D'SEAS
JOB: FLASHING BEXCON AT HARDING STREET4NIRACr # 3234
CFRTIFICATE HOLDER IS ADDITIONAT., INSURED REWING Gm LIABILITI m AUTO LIABILIn
YWii 30 aAWS ktfR:TTEN MOTEE TO WE C3'TdFICATE HOLDER NWM1
LEFT, EXIT FWCLidWE TO ;&AIL S3CN iuOTICE $'-:ALL IFWOSE Ed0 OBbK
CITY OF CARLSBAD
1200 ELLY AVENUE CARLSEW, CA 92008
0 0
1200 ELM AVENUE TELE CARLSBAD, CA 92008-1989 (619)
Office of the City Engineer
Cltp of airIs'€lais
July 22, 1986
AUARD OF CONTRACT
MCR ELECTRICAL CONTRACTORS, INC.
Post Office Box 1515
Imperial Beach, California 92032
CONSTRUCTION OF TRAFFIC SIGNALS AT JEFFERSON STREET AND LAGUNA
DRIVE AND JEFFERSON STREET AND LAS FLORES
On July 15, 1986, the City Council. awarded you the subye contract. Enclosed are four (4) copies of the contract documen which should be executed by you. Please return all copies with
twenty (20) days for signature by the City. Do not date t contract when you sign it; this will be done when the contract signed by the City. The bond forms (labor and material, a performance) should be completely filled out and executed by y and your surety.
You must submit evidence of Comprehensive General and Automobi
Liability insurance, including coverage for completed operation The certificates submitted must include the following:
1. The City of Carlsbad is to be named as an addition insured on the comprehensive general liability insurance.
2. The limits of coverage should not be less than $l,OOO,O
combined single limit.
3. Policies shall be endorsed as follows:
"It is hereby understood and agreed that the policy
which this Certificate refers may not be cancelle materially changed, nor the amount of coverage there
reduced until thirty (30) days after receipt of writt
notice of such cancellation or reduction in coverage by t
City Clerk of the City of Carlsbad. Coverage under th policy shall be primary and non-contributing with any 0th insurance availble to the City of Carlsbad."
0 a
Page Tw
In addition to evidence of liability insurance, the City requir
a Certificate showing current coverage for Worker Compensation.
Section 3800 of the La3or Code shall be complied with I
securing, paying for and maintaining,, in full force and effei
for the duration of the contract, complete workers compensatic insurance. You must also furnish a certificate of insuran evidencing proof of such insurance.
Payments on this contract will be in accordance with Section 9- of the latest edition of Standard Specifications for Public Worl
Contracts.
Two (2) fully executed copies of the contract will be returned 1 you for your files and those of your surety.
A Preconstruction Conference will be scheduled as soon as all
contract documents have been executed.
PAT G! E gz&- TE
Pro j e c t Ma nag er
PE:mya
Enclosures
c : City Clerk
City Engineer
d
To Purchasing Dept. Director
RE: HARDING STREET FLASHING BEACONS
Please be advised that $17,500 has been transferred
from Account Number 300-840-1840-3109 to Account
Number 300-840-1890-2486-3234. to avoid confusion with the Carlsbad Blvd. Flashing
Beacons at the Army/Navy Academy, No. 3109 which has
been completed.
The change is necessai
P
I.
A. N. Virgilio
STANDARD INTER DEPT. MEMO FORM
7
\, -”
$
e rn OF -BAD e
qDEZ lpoB TRAR'SW~PROP~OW
OF ms
FOR FINANCE US1
TRANSFER NO.
FINANCE APPROVA
_.
POSTED BY