Loading...
HomeMy WebLinkAboutSelect Electric Inc; 1989-04-10; 32721200 ELM AVENUE CARLSBAD, CA 92008-1989 TELEPHONE (619) 434-2803 of (jlarlfibaib PURCHASING DEPARTMENT January 18, 1989 ADDENDUM NO. 1 PROJECT: TRAFFIC SIGNAL SYSTEMS-PROJECT NOS.3272, 3274, 3279, 3281,3282 Please include the attached as part of the Contract. This addendum, receipt acknowledged, must be attached to Proposal Form when bid is submitted. Ruth Fletcher PURCHASING OFFICER I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature January 18, 1989 Page 1 ADDENDUM NUMBER ONE TRAFFIC SIGNAL SYSTEMS Project Nos. 3i?6f , 3272, 3274, 3282. 3279 TO: ALL PRIME CONTRACT BIDDERS OF RECORD DATE CHANGED TO JANUARY 25, 1989 - 4:30 P.M., NOTICE This Addendum forms a part of the Contract Documents for the above project and modifies the original drawings and specifications. The original Contract Document remains in force except where specifically modified by this Addendum. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject Bidder to disqualification. The prime contract bidder is responsible for verifying that subcontractor and suppliers are fully aware of all changes contained in the Addendum. This Addendum consists of 2 pages herein attached. SPECIFICATIONS A. General Provisions 1. Page 35 - Permits Replace the sentence with: The Agency will obtain, at no cost to the Contractor, all permits, including the CALTRANS Right-of-Way Permit, that are necessary for the performance of this Contract. January 18, 1989 Page 2 B. Special Provisions, ITEMS D, E, F 1. Page 36 - Conduit Add the following paragraph: Conduit shall be installed across the streets at locations D and E by jacking or boring,; no trenching across the street is allowed. Conduit may be installed by trenching parallel to a curb or gutter as occurs at location F. PLANS A. Sheet 1 of drawing 293-4 1. Change the R16 sign to an R16B, "No Right Turn". 2. Change the R17 sign to an R17B, "No Left Turn". 3. Add four (4) standard CALTRANS signs on a 2" steel Telspar post to the 'A1 or 'B1 work. The exact location and legend will be provided by the City. TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 4 BIDDER1S BOND TO ACCOMPANY PROPOSAL 8 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 12 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 13 CONTRACT 14 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY 19 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 19 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 19 LABOR AND MATERIALS BOND 20 PERFORMANCE BOND 22 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) 24 RELEASE FORM 27 GENERAL PROVISIONS 28 SPECIAL PROVISIONS 1. TAMARACK AVENUE SIGNALS, ITEMS A, B, C 38 2. ELM AND HIGHLAND, ITEM D EL CAMINO REAL AND ARENAL, ITEM E EL CAMINO REAL INTERCONNECTION, ITEM F 57 EMERGENCY DETECTOR DETAIL 67 SDG&E PULL BOX DETAIL 68 SAN DIEGO REGIONAL STANDARD DRAWINGS 70 SITE LOCATIONS 75 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 P.M. on the 18th day of January, 1989, at which time they will be opened and read for performing the work as follows: TRAFFIC SIGNAL SYSTEMS AND RELATED WORK CONTRACT NOS. 3272, 3274, 3279, 3281, 3282 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 with the City Clerk. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's 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 (California government Code Section 4590), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. If Contractor elects to use an escrow agent, Section 10263 of the Public Contract Code requires monies or securities be deposited with State Treasurer or a state or federally chartered bank in California. 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 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the sum of the lump sum prices. The Engineer's Estimate is $480,000. No bid shall be accepted from a Contractor who has not been licensed with classification A or C-10 in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Elm Avenue Carlsbad, California, at no charge. 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 and Section 4100 et seg. of the Public Contracts Code. "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for work. A prebid meeting and tour of the project site will not be held. All work areas are open for inspection at any time. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will 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. 88-420, adopted on the 6th day of December, 1988. jj izlrr fljLrtL. A Date Aletha L. Rautenkranz, City CITY OF CARLSBAD CONTRACT NOS. 3272, 3274, 3279, 3281, 3282 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3272 , 3274, 3279, 3281, and 3282 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 Description with Item Unit Price or Lump Sum No. Price Written in Words A,B Traffic Signal Systems, Interconnection, Striping and Signing, Access Ramps, and Existing Signal Modification - Tamarack Avenue at 1-5 S/B Ramps, 1-5 N/B Ramps, and Pio . - at c^t^^-frr^xT Units & Quantity L.S. Total _ ,,, ^f>uf -j-^.--jo Traffic Signal System, Interconnection, Striping and Signing, Access Ramps Tamarack Avenue and Adams Street at L.S.$ IS.' Traffic Signal System, Striping and Signing, Access Ramps and Sidewalk - Elm Avenue and Highland Drive at -The L.S.$ y'fr Item Description with Item Unit Price or Lump Sum No. Price Written in Words E Traffic Signal system, Striping and Signing, Access Ramps and Sidewalk - El Camino Real and Arena Road at n i nTy -Four -fhocJA ^ O dlcj ^j Interconnection of Existing Traffic Signals on El Camino Real from Tamarack Avenue to Kelly Drive - at X Ten no) Units & Quantity L.S. L.S. Total amount of bid in words: TT Total amount of bid in numbers: Addendum(a) No(s). — ' and is/are included in this proposal. has/have been received The Project Manager may be contacted at: City of Carlsbad Municipal Projects Department Attention: Gary Kellison 2075 Las Palmas Drive Carlsbad, CA 92008 (619) 438-1161 X4383 All bids are to be computed on the basis of the lump sum prices as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. The sum of each bidder's prices of items A through F shall determine the overall ranking. All bidders must price all bid items (A through F). If the City awards a construction contract, the work will be given to a single prime contractor; no bid items will be split among competing contractors. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of 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 bids 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. &fl*7o3y . Classification(s) C-/&. <£u?>£>/. /? The Undersigned bidder hereby represents as follows: 1. That no Council member, 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 inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2 . That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the California 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 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. / / / O / OX '&*. f~~5 O ""? "^» ^" T~~ 1 r _ — — Phone Number , Bidder'snName Date rAuthorized .Signature Authorized Signature Bidder's Address Type of Organization (Individual, Corporation, or Partnership) List below names of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership: nPncrvT" £~- L/M/V>n o *,^5 - ^>PE6) D &>\~h **- }}i.&r> fi f~ *• r- (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) STATE OF CALIFORNIA COUNTY OF OFFICIAL GEAL IAYC.NN: RENEE CASHMAN PUBLIC-CALIFORNIA Pa.'NC;?.* L OFFICE IN SAN DIEGO COUNTY My Commission Exp. (M. 1. 1990 ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev, 5-82 ©1982 WOLCOTTS. INC. (P"« class 8-2) >ss. On this.day of •=^Pir>\Jf\Y^I in the year 19 87, before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to rr (or proved to me on the basis of satisfactory evidence) to be the person whose name_ /^ subscribed to the within instrument, and acknowledged to me that he_ executed it. WITNESS my hand and official seal. L^ OxU Notary Public in and for said State. BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, Principal, and as <?/*V /J -Surety are held and firmly bound unto the City 'of? Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 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: TRAFFIC SIGNAL SYSTEMS in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this /•?/•*£ day of v ifrMJJWj' . 198^. £/W"/y/<Corporate Seal (if Corporation) Title (ATTA' ATTO IOWLEDGEMENT OF FACT) (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS AND SURETY MUST BE ATTACHED.) STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL 2 :-;: ^'^ CA3HMAN SA'( D.'EGO CCL.NTY Sj mmission Exp. C.t. 1. 1990 !jMy Commission ACKNOWLEDGMENT-General-Wolcons Form 233CA-Rev. 5-82 ©1982 WOLCOTTS, INC. IP"" class 8-2) On this . day of in ie year_ _______________ . . .._, before me, the undersigned, a Notary Public in and for said State, peionally appeared __ persally known to me (or proved to me on the basis of satisfactory evidence) to be the person, whose name _ _ / *> subscribed to the within instrument, and acknowledgeo me that _ he _ executed it. WITNESS my hand and official seal. a Y<',r\i\<' Notary Public in and for said S. STATE OF CALIFORNIA COUNTY OF SAN DIEGO OFFICIAL SEAL LESLIE S. HAWN NOTARY PUBLIC CALIFORNIA " PRINCIPAL OFFICE IN SAN DIEGO COUNTYMy Commissionjixpifss June 19,1989 On this ISthky of JANUARY , in th« ye*r 1Q8Q b«for« mo, the. undertigrted Notary Public, in and for the Sute of CmtifofnU, penonitly appeared _ JAMES H. WRIGHT _ ponorully known to rrva K«tJtenoi) to b« th« p«rton who executed the written instrument as Attorney- In-F«ct on 'behalf of the Corporation therein named and acknowledged to me that the Corporation executed it, Given under my hand and the Notary Seal this - !i*5&iy of JANUARY - A.0. 19 _ __i ft 1 Q 8QMy Committioo expire* u -1--7 OJ ICW C-U 31SR(0</«t)Notary Public INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN OIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY ..WOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing nder the taws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, wnstitute and appoint: JAMES H. WRIGHT LESLIE HAWN its true and lawful Attorney(s)-in-Fact. with full power and authority hereby conferred In Its name, place and stead, to execute, seat, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations In the nature thereof. /This Power of Attorney is granted and 1$ signed and sealed by facsimile under and by the authority of the following Resolution / adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of / February, !973, which said Resolution has not been amended or rescinded and of which the following Is a true, full, and complete / copy: / "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf Of the Company, and either the President of Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-!n-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attomey-In-fact may be given full power to execute for and In the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-ln-Fact shall b« as binding upon the Company as If signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF. Insurance Company of the West has caused Its official seal to be hereunto affixed and these presents to b.e signed by Its duly authorized officers this 10TH DAY OF MARCH 1987 INSURANCE COMPANY OF THE WEST STATE OF CALIFORNIA <.<. BOUNTY OF SAN DIEGO On this 10TH DA^ OF MARCH 198£efore thc subscriber, a Notarv Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came ' ERNEST *>ADY • Pr«'d(snt °f INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument Is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. NORMA PORTER C.CAUWH fcMCfa^CM t* tat 11** Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: I, the undersigned] j«a»v. AWM. HI, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy. Is In full force and effect, and has not been revoked. IN WITNESS WHEREOF. I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation' this • IStfaay of JANUARY 19 89, ICWCAL37(REV. 5/82) Secretary 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 and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached if required. Items of Full Company Complete Address Phone No. Work _ _ Name _ with Zip Code with Area Code - Oft Cf) 10 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid f$ or %) ^Tf. P)ht- J775/fj r\cne COTI |g V Cor\6 "Ti^ucft O/N 3 ^7 ffo*- 6'V DC * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. ~6EL EC-T ^jLETCTR) C., 7"/> r - Bidder's Company Name SL v£> • (NOTARIAL ACKNOWLEDGEMENT OF Bidder's Complete Address EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) ~ Authorized Signature )F CALIFORNIA OF I-General-Wolcotts Form 233CA-Rev. 5-82 INC. (price class 8-2| On this j&L . day of _, in the year 19 fr*t. /before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name I *> subscribed to the within instrument, and acknowledged to me that_he_ executed it. WITNESS my hand and official seal. Notary Public in and for said State. STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL LAVONfl- RENZE CASHMAN rAsr FU;;L:C-CALIFORNIA FFICE IN My Commission Exp. 0:t 1. 1990•; ^~*S- Myfevvwvwwwv ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 ©1982 WOLCOTTS. INC. IP"" class 8-2| On this day of ., in the year 19 before me, the undersigned, a Notary Public in and for said State, personally appeared ZZHZEZC , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name_ ) 6 subscribed to the within instrument, and acknowledged to me that __he_ executed it. WITNESS my hand and official seal. K-n-n-e Notary Public in and for said State. I I ^j. I SELECT ELECTRIC, INC. Balance Sheet November 30, 1987 ASSETS I I 1 I a Current Assets Cash in Bank Cash on Hand Cash in Bank-Savings Certificates of Deposit Accounts Receivable - Trade (Schedule A-l, Note Ib) Advance to Employees Notes Receivable (Schedule A-3, Note Ic) Prepaid Expenses Total Current Assets Fixed Assets (At cost; Note Id) Leasehold Improvements Office Equipment Construction Equipment Automobiles & Trucks Less: Accumulated Depreciation Total Fixed Assets Year Ended 11/30/86 21,484.15 300.00 -0- 350,924.32 702,361.15 3,028.97 26,139.21 67.903.51 1,172,141.31 1,889.00 26,391.04 270,853.37 245,263.26 U2S.446.901 118,949.77 Year Ended 11/30/87 29,448.13- 250.00 251,068.27- 221,821.17- 1,072,915.50- 1,207.64- 13,801.61- 82.078.24- 1,672,590.56 2,597.99- 37,618.98- 344,985.65- 307,397.31- U73.352.30V 219,247.63 V V It V TOTAL ASSETS 1.291.091.08 1.891.838.19 Unaudited. See Accountant's Review Report. 1 I LIABILITIES & STOCKHOLDERS/ EQUITY Exhibit A Page 2 1 Pi I Current Liabilities Accounts Payable - Trade (Schedule A-2) Accrued Expenses - Including Pension Plan Payroll Taxes Payable Miscellaneous Payable Accrued Union Costs Income Taxes Payable Current Portion Long Term Debt Billings in Excess of Estimated Earn- ings on Incmplt.Schds. (Sched.B-4) Total Current Liabilities Year Ended 11/30/86 238,748.89 101,496.54 (1,997.79) -0- 9,680.48 13,754.00 95,999.40 237.135.34 694,816.86 Year Ended 11/30/87 329,077.46 93,718.51 17,673.32- -0- 12,100.70 -0- 124,220.86 742.904.32 1,319,695.17 * 1 i H I Long-Term Liabilities Long-Term Debt (Note 2) Less: Current Portion Total Long-term Liabilities TOTAL LIABILITIES Stockholders/ Equity Common Stock Issued Treasury Stock Retained Earnings (Exbt.B) Total Stockholders' Equity TOTAL LIABILITIES &. STOCKHOLDERS EQUITY 168,883.19 (95.999.401 72,883.79 767.700.65 3,000.00 (40,898.00) 561.288.40 523.390.40 234,091.92' ri24.220.86)' 109,871.06 1.429.566.23 3,000.00 ' (40,898.00)' 500.169.96 462.271.96 1.291.091.08 1.891.838.19 * Unaudited. See Accountant's Reviewed Report. 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Signature (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) (CORPORATE SEAL) 12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of (Signature) deposes and says that he or she is Pfe g"<5 /£>*g ., being first duly sworn, — _ (Title) (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham, bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement; communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 13 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract vO • Die A: OK/r Signature (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) STATE OF CALIFORNIA COUNTY OF ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 ©1982 WOLCOnS, INC. (pnce class 8-2] On this day of in the year_ _ before me, the undersigned, a Notary Public in and for said State, personally appeared _, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name_ / 6 subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. Jsfz£ / Notary Public in and for said State. .•-.•u-u. • ">"''li^'X':?*rV>'T~"T>/VT*'r''' v ^;*-r* •''',". VfVjjiy »/prMM CERTIFICATE OF INSURANCE ^ PRODUCER AN ROWCLIFFE INSURANCE BROKERAGE INC. 125 MISSION GORGE RD. , STE. G :AN DIEGO, CA 92120 INSURED 3ELECT ELECTRIC , . 'INC . 4580 FEDERAL BLVD. \SAN DIEGO, CA 92102 THIS CERTIFICATE IS ISSUED AS A 1 NO RIGHTS UPON THE CERTIFICATE EXTEND OR ALTER THE COVERAGE V ; '^i/u „..»;• ' ^ "f"" '• J ISSUE DATE (MM/UD/YY) itMtiiB^lii»%«\J / ? 7 / 8 9 UTTER OF INFORMATION ONLY AND CONFERS HOLDER. THIS CERTIFICATE DOES NOT AMEND. AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY JL LETrEn GOLDEN EAGLE INSURANCE COMPANY COMPANY BLETTER • COMPANY M LETTER *• COMPANY n LETTER M COMPANY K LETTER K COVERAGES A \ NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY j BE ISSUED OR MAY PERT AM, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. 'CO 1LTR | 1" A TYPE OF INSURANCE Of T T 7T T T T A -JT Al x JL X X j-NERAL LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUNDEXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY »' JTOMOMLE LIABILITY , ANY AUTO ALL OWNED AUTOS (PHV PASS.) ALL OWNED AUTOS flJJM') HWEOAUTOS NOWWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS1 LIABILITY POLICY NUMBER CMP 057955 CAU 057956 — POLICY EFFKTMDATE (t**OCVYY) 8/15/88 8/15/88 POLICY EXPIMTONDATE (MM/OVYYI 8/15/89 8/15/89 LIABILITY LIMITS IN THOUSANDS %ff - , . BODILYIHJUWY . WO^tHTVDAMAGE BI4PDCOMBMEO > EACHOCCURRENCE $ $ $ 2,000 PERSONAL INJURY HH.VHJURYrn mm noivHUHrBKEBEXT) PHOPERTYOAMAOE BltPOCOM8IMEO Bitn>COMHNEO $ $ $ $ ifooo $ AGGREGATE $ $ $ 1,000 $2,000 $ STATUTORY f " "~" $ (EACH ACCIDENT) $ (DISEASE-POLICY LIMIT) 1 ^ $ (DISEASE-EACH EMPiOYEf, !JOB: 'TRAFFIC SIGNAL SYSTEMS #3272, 3274, 3279, 3281 & 3282 :THE FOLLOWING IS AN ADDITIONAL INSURED BUT ONLY AS RESPECTS THE OPERATIONS OF THE 'NAMED INSURED. IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICIES TO WHICH THIS !CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF I COVERAGE THEREOF REDUCED UNTIL THIRTY (30) DAYS AFTER RECEIPT OF WRITTEN NOTICE . ! OF CANCELLATION OR, REDUCTION IN COVERAGE BY THE CITY CLERK OF THE CITY OF CARLSBAD. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND NONCONTRIBUTING WITH ANY OTHER ,CITY OF CARLSBAD INSURANCE AVAILABLE TO THE CITY OF CARLSBAD. ; PURCHASING DEPARTMENT i 1200 ELM AVENUE /-\ ': CARLSBAD, CA 92008-1989 -- - /-L ERTIFICATE HOLDER •mIf.- * AUTHORIZED TATIVE ' Certificate of Insurance ND CONFERS NO RIGHTS UPON YOU TH POLICY AND DOES NOT AMEND, EXTEND. OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. 3. THIS CERTIFICATE IS NOT AN INSURANCE This is to Certify that UBERTY ^MUTUAL * ELECT ELECTRIC, INC. 4580 FEDERAL BLVD. „ SAN DIEGO, CA 92102 Insured f L J is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed-policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. TYPE OF POLICY WORKERS' COMPENSATION GENERALTYCOMMERCELIABILAUTOLIABILITYOTHERD CLAIMS MADE RETRO DATE D OCCURRENCE SPECIAUEXCL ENDORSEMENTS CD OWNED D NON-OWNED D HIRED CERT. EXP. DATE* D CONTINUOUS D EXTENDED 3POLICY TERM 04/01/90 POLICY NUMBER WC2-161-029998-019 LIMIT OF LIABILITY COVERAGE AFFORDED UNDER W.C. EMPLOYER'S LIABILITY LAW OF THE FOLLOWING STATES: Bodily Injury By Accident CALIFORNIA $500,000 Ea.Acc.UAL1J-UKJN1A Bodily Injury By Disease $500,000 Ea. Person Bodily Injury By Disease $500,000 Pol. Limit General Aggregate-Other than Products/Completed Operations Products/Completed Operations Aggregate Bodily Injury and Property Damage Liability per occurrence Personal and Advertising Injury per person/organization Other $ EACH ACCIDENT-SINGLE LIMIT-B.I. AND P.O. COMBINED $ EACH PERSON EACH ACCIDENT EACH ACCIDENT $ OR OCCURRENCE $ OR OCCURRENCE LOCATION(S) OF OPERATIONS & JOB # (If Applicable) CANNON ROAD & CARLSBAD BLVD. DESCRIPTION OF OPERATIONS: "If the certificate expiration date is continuous or extended term, you wil be notified if coverage is terminated or reduced before the certificate expiration date. However, you will not be notified annually of the continuation of coverage. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE hlsuranw Group THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS_2H_ DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: rCITY OF CARLSBAD PURCHASING DEPARTMENT 1200 ELM STREET CARLSBAD, CA 92008 J \ AUTHORIZED REPRESENTATIVE SAN DIEGO, CA OFFICE This certificate is executed bv LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Companies BS772S R2 14 CONTRACT - PUBLIC WORKS This agreement is made this /&r' day of <*2sk& 1989, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City") , and Select Electric. Inc. _ whose principal place of business is 4580 Federal Blvd. , San Diego CA 92102 _ (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (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, the Special Provisions, 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. 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 through the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 4. Payment. All full compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction. The closure date for each monthly invoice will be the 30th of each month. 15 Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. 5. Independent Investigation. Contractor has made an Independent Investigation of the jobsite, the soil conditions at 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, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications 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 by litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the City Manager if it is for 16 $5,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $5,000.00. 8. Immigration Reform and Control Act. Contractor shall comply with the requirements of the "Immigration Reform and Control Act Of 1986" (8 USC Section 1101-1525). 9. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code. Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code. Section 1775, Contractor shall pay prevailing wagers. Contractor shall post copies of all applicable prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay all expenses of defense, 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 Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, 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. 11. Insurance. Without limiting Contractor's indemnification, it is agreed that Contractor shall maintain in force at all times during the performance of this agreement a policy or policies of insurance liability of at least $1,000,000 combined single limit covering its operations, including coverage for contractual liability and insurance covering the liability set forth herein. 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." 17 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. "This insurance shall not be cancelled, limited or non- renewed until after thirty (30) days written notice has been given to the City." B. "The insurer waives any rights of subrogation it has or may have, against the City or any of its officers or employees." Certificates of insurance evidencing the coverage required by the clauses set forth above shall be filed with the City prior to the effective date of this agreement. 12. 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. 13. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of worker's compensation self-insurance prior to the start of any work pursuant to this contract. 14. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims Act (California Government Code Section 900 et seq.) prior to filing any lawsuit for breach of this contract of any claim or cause of action for money or damages. 15. Maintenance of Records. Contractor shall maintain and make available at no cost 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. Contractor shall notify the City by certified mail of any change of address of such records. 16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 18 17. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this contract. 18. 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 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. 19. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.) City Attorney (Seal) City Clerk 19 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS* COMPENSATION RESPONSIBILITY "I am aware of the provisions 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 provisions before commencing the performance of the work of this Contract." err Contractor CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Section 1101-1525) and have complied with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract . " Contractor CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that DELECT £kE C778 /^^. XX C - _ (Legal Name of Contractor) in preforming under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board ^pf Supervisors, including all current amendments . ~ Date Signature Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) STATE OF CALIFORNIA COUNTY OF OFFICIAL S£Ai LAVONNE RENEE CASHMAN NOTARY PU8UC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Exp. Oct I. 1990 ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Wolcolls Form 222CA-flev. 5-82 ©1982 WOLCOTTS, INC. On this 3o day of in the year 1 before me, the undersigned, a Notary Public in and for said State, personally appeared fr).' f-S personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu- tion of its board of directors. WITNESS my hand and official seal. J.K. Notary Public in and for said State. STATE OF CALIFORNIA COUNTY OF 3/fr> Q}£6-C> XWWWWVVW^^ OFFICIAL SEAL LAVONNE RENEE CASHMAN NOTARY PUBLIC-CALIFORNIA \'< PRINCIPAL OFFICE IN SAN DIEGO COUNTY Commission Exp. Oct. 1, 1990 ! ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Wolcotts Form 222CA-Rev. 5-82 ©1982 WOLCOTTS, INC. . day of K(fK _, in the year 19_££,On this before me, the updersigned, a Notary^Public in and for said State, personally appeared o and : , personally known to me (or proved to me on the basis of satisfactory-evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu- tion of its board of directors. WITNESS my hand and official seal. Notary Public in and for said State. BOND #113 33 90 EXECUTED IN QUADRUPLICATE 20 LABOR AND MATERIALS BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 89-85 adopted March 21. 1939. has awarded to Select Electric, Incorporated (hereinafter designated as the "Principal"), a Contract for: TRAFFIC SIGNAL SYSTEMS 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 all of which 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 with said Contract, providing that is 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, Select Electric. Incorporated , as Principal, (hereinafter designated as the "Contractor"), and INSURANCE COMPANY OF THE WEST as Surety, are held firmly bound unto the City of Carlsbad in the sum of Two hundred four thousand, three hundred fourtv two and 00/00 Dollars (S 204.542.00 ), said sum being fifty percent (50%) of the estimated amount payable by the City i of Carlsbad under the terms of the Contract, for which payment i 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 the 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, not to exceed 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 Section 3248 of the California Civil Code. EXECUTED IN QUADRUPLICATE 21 This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the California Civil Code (commencing with Section 3082). 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 27th day of MARCH r 1989. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MOST BE ATTACHED.) (CORPORATE SEAL) Contractor STATE OF CALIFORNIA COUNTY OF SAN DIEGO On thi« 27th^.y of MARCH . , in the year 1989 . before me, the undersigned Notary Public, in mod for th« State of California, personally appeared _ James H. Wright _ _ personally known to nva OFFICIAL SEAL LESLIE S. HAWN NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Juiw 19,1989* ICVICd 31SR(04/»S) j to b« the person who executed the written instrument «J Attorney- In-F«ct on -behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. Given under my hand »nd the Noury Seal this ?7th day of . MARCH - A.0.19_89__. My Commission expires - fi-1 9-fl9. Not*iY Public STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL LAVONNE RENEE CASHMAN NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFTICE IN SAN DIEGO COUNTY My Commission Exp. Oct. 1. 1990 ACKNOWLEDGMENT-Corp.-Pres. & Sec.-WolcottS Form 222CA-Rev. 5-82 ©1982WOLCOTTS, INC. On this day of fahnc /in the year 19 before me, the undersigned, a Notary Public in and for said State, personally appeared 1=-. .and. _, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu- tion of its board of directors. WITNESS my hand and official seal. Notary Public in and for said State. BOND #113 33 90 Premium: $3,163.00 EXECUTED IN QUADRUPLICATE 22 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 89-85 m adopted 5/21/89 . has awarded to Select Elector Tnrnrpnra.t.ed / (hereinafter designated as the "Principal"), a Contract for: TRAFFIC SIGNAL SYSTEMS in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, Select Electric. Incorporated , as Principal, (hereinafter designated as the "Contractor"), andINSURANCE COMPANY 1)F THE WEST . as Surety/ are held and firmly bound unto the City of Carlsbad, in the sum of Four hundred eight thousand, six hundred pigsty four and OP/TOO Dollars ($ 408,684.00 ) , said sum being equal to one hundred percent (100%) of the estimated amount of I 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 lijitj administrators, successors or assigns, jointly and severally, j 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. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City in successfully enforcing such ' obligation, all to be taxed as costs and include in any judgement rendered. r isond 1FLLJ 33 EXECUTED IN QUADRUPLICATE 23 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 or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 27th day of MARCH , 1989. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED.) (CORPORATE SEAL) SELECT ELECTRIC. INC Contractor TNSTlRANCK COMPAQ DF THE/WEST '•*""?>. STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL -MNNE RE.NEE CASHMAW NOIARy PUBLIC.CAUTORNW PRINCIPAL OFFICE IN SAN DIEGO COUNTY 1 £»P Oct. I, 1990 ACKNOWLEOGMENT-Corp.-Pres. & Sec.-Wolcotts Form 222CA-Rev. 5-82 ©1982WOLCOTTS, INC. On this day of fr\PircL in the year 19 before me, the undersigned, a Notary Public in and for said State, personally appeared and , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu- tion of its board of directors. WITNESS my hand and official seal.P. Notary Public in and for said State. STATE OF CALIFORNIA CUNTY OF DIEGO OFFICIAL SEAL LESLIE S. HAWN TAWWB3CCAL.;«MPfflNCIPAL OFFICE IN SAN DIEGO COUNTY ICW C»J 31$R(04/*C) On thii 27thcUy of MARCH .. In th« yew 1989 . b«for« nvs, the undersigned Notary Public, in «nd lor the State of California, perxonmtly appeared _ James H. Wright -- __ personally known to me . to be the person who executed the written instrument as Attorney- In-F«ct on' behalf of the Corporation therein named and acknowledged to m« that the Corporation executed it, Given under my hand and the Notary Seal this 27th day of . MARCH - A.0.19__89 __ My Comrniwion expires - firl 9-89 Notary Public INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN OIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY UMOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West. a Corporation duly authorized and existing '"under the laws of the State of California and having its principal office in the City of San Oiego, California, does hereby nominate, constitute and appoint: JAMES H. WRIGHT LESLIE HAWN Its true and lawful Attorney(s)-in-Fact. with Ml power and authority hereby conferred In Its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations In the nature thereof. This Power of Attorney is granted and Is signed end sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February. 1973, which said Resolution has not been amended or rescinded and of which the following Is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-ln-Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-ln-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney-In-fact may be given full power to execute for and In the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-ln-Fact shall be as binding upon the Company as if signed by the President and seated and attested by the Secretary." IN WITNESS WHEREOF. Insurance Company of the West has caused Its official seal to be hereunto affixed and these presents to b.a signed by Its duty authorized officers this 10TH DAY OF MARCH 1987 INSURANCE COMPANY OF THE WEST STATE OF CALIFORNIA COUNTY OF SAN OIEGO SS: O« this 10TH DAY. OF MARCH 198£efore the subscriber, a Notarv Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came ' ERNEST R^DY ' Pr«si<l«nt of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he Is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument Is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, first above written. have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year NORMA PORTER MTJMIY HMUC.CAUF0*** Mtt Notary Public STATE OF CALIFORNIA COUNTY OF SAN OIEGO SS: I, the undersigned} J*«» «• «»"»• "'• Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy. Is In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my nams as Secretary, and affixed the Corporate Seal of th« Corporation, thlj 27thdayof MARCH 19 89 ICWCAL37 (REV. 5/82) Secretary 24 (OPTIONAL) ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the Owner, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the Construction Contract entered into between the City and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 25 3. Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time as the escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the case as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections 1 to 8, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: 26 For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title Name Signature Address For Contractor: Title Name Signature Address 27 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: _ PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have expressed authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY 28 GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. B. 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 "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. C. 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. D. 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. 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representative 29 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard Specifications for Public Works Construction. 1988 Edition, hereinafter designated SSPWC, as issued by the Southern California Chapter of the American Public Works Association; Section 86, "Signals and Lighting", of the Standards Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988; the SDG&E Services Guide, and these general and special provisions. The Construction Plans consist of eleven (11) sheets designated as City of Carlsbad Drawing Nos. 293-4 and 293-5. The standard drawings utilized for items C, D, E, and F are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent SDRS drawings are enclosed with these documents. To Section 2-5.2, Precedence of Contract Documents, replace with: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be: 1. The Public Works Contract. 2. Permits, as required by law. 3. General Provisions. 4. Construction Plans. 5. Special Provisions and SDG&E Services Guide. 6. SDRS and CALTRANS Standard Plans. 7. SSPWC and CALTRANS Standard Specifications. CALTRANS standard plans and specifications shall take precedence over SDRS drawings for Items A and B. SDRS drawings shall take precedence over CALTRANS standard plans and specifications for Items C, D, E, and F. Change Orders have the same order of precedence as the original Public Works Contract. Not withstanding the above rules of precedence, the more detailed or explicit plan or specification shall take precedence over the more general plan or specification. 30 To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 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 upon completion of the work. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furbish Engineer 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. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these General Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rej ected. 31 All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 5-1 LOCATION Add the following: 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 of completeness of the utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, 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 temporarily 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. 32 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: 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 Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. 6-7 TIME OF CQMPT.KTTDM The Contractor shall begin work within fourteen (14) calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion within one hundred and sixty (160) consecutive days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of word - All work shall normally be performed between the hours of 7:00 a.m. and sunset, from Mondays through Fridays. The contractor shall obtain the approval of the Engineer f he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. 6-8 COMPT-ETTON AND ACCEPTANCE Add the following: 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, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $100 per day per traffic signal installation (Item A through F) to a maximum of $500 for each day beyond the completion date as liquidated damages for the delay. Any 33 progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. For purposes of this section, completion is "substantial completion" and is defined as the safe signal turn-on. 7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION Modify Sections 7-3 and 7-4 as follows: 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 maintained 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 Liability, Code 1 "any auto"; 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 Liability: $1,000,000 combined single limit per occurrence for bodily 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 accident for bodily injury and property damage. 34 3. Workers' 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 deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. 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 Contractor; products and complete operations of the Contractor; premises 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 in 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. 35 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. 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 endorsement 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 subcontractors 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. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on City property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. *• 36 Add the following: ** Contractor shall not begin work until all permits incidental to ^m the work are obtained. m 7-8 PROJECT AND SITE MANAGEMENT "" To Section 7-8.1, Cleanup and Dust Control, add: •mm Cleanup and dust control shall be executed even on weekends and *™ other non-working days at the City's request. *" Add the following to Section 7-8: *n» 7-8.8 Noise Control MM 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. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and 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 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 time, as required by the conditions and progress of the work, all *** necessary safeguards for the protection of workers and public, M and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well *m holes, and falling materials. *** 7-13 LAWS TO BE OBSERVED *" Add the following: M Municipal ordinances which affect this work include Chapter *« 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as „, borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of *» the Fish and Game Code, such conditions or modifications established pursuant to Section 1601 of the Fish and Game Code shall become conditions of the contract. 37 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Delete this section. 9-3.2 PAYMENT Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 38 am •m SPECIAL PROVISIONS. ITEMS A. B. C *" SIGNALS AND LIGHTING '"" DESCRIPTION.—Furnishing and installing traffic signals and * highway lighting systems shall conform to the provisions in Section 86, "Signals and Lighting", of the Standard «• Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988, and these special provisions. m» Traffic signal work is to be performed at the following "* locations: *" LOG. A = TAMARACK AVENUE AT S/B 1-5 FREEWAY RAMPS m LOC. B = TAMARACK AVENUE AT N/B 1-5 FREEWAY RAMPS AND PIO PICO <_ LOC. C = TAMARACK AVENUE AT ADAMS STREET «w EQUIPMENT LIST AND DRAWINGS.—The controller cabinet schematic *** wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36") , shall be combined into one drawing so that, when the cabinet door is open the drawing is oriented with •"• the intersection. *** The Contractor shall furnish two maintenance manuals for all new „, controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance •*• manuals and operation manuals may be combined into one manual. The maintenance manual or combined maintenance and operation "** manuals shall be submitted at the time the controllers are M delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance 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 (g) Geographical layout of components *" (h) Schematic diagrams „. (i) List of replaceable component parts with stock numbers *• AS-BUILTS.—"As-Built" construction plans shall be provided to the State within five (5) working days after completion of the project. Two copies shall be provided with changes shown in a 39 contrasting color to the original contract work. Details to be shown on the As-Built plans shall include, but not be limited to, location, type and installed depth of conduit runs, location of pull boxes, location of foundations, location and depth of underground utilities encountered during the course of the work, changes made to signal and lighting poles, and any changes made to traffic signal equipment. As-Built plans shall be signed and dated by the Permittee and by the Foreman of the crew that actually constructed the facility. In addition, employer or company names shall be shown. COOPERATION.—The Contractor shall inform the State Engineer, Arnie Gerfen, telephone (619) 237-6616, at least one week prior to beginning of work at Locations A or B. SCHEDULING OF WORK.—The Contractor may perform sub-surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within fourteen (14) calendar days of the date of Notification to Proceed. 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 fifteen (15) calendar 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. However, final painting of the signal stop bars shall not occur until the day of the signed turn-on. FOUNDATIONS PEDESTRIAN RAMPS, SIDEWALK.—Portland cement concrete shall be SSPWC class 564-C-3000, with a maximum slump of 4 inches, using Type II cement. The mix shall not contain less than six (6) sacks of concrete 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 applicable tip tenon detail may be substituted. CONDUIT.—Only rigid metallic type conduit shall be used. When a standard coupling cannot be used for coupling metal type 40 conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications, or a concrete-tight split coupling, or concrete-tight set screw coupling shall be used. 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. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. At Locations A and B, conduit runs shown on the plans to be located behind curbs may be installed in the street, within 3 feet of and parallel to the gutter line of the curb, by trenching as provided below. All pull boxes shall be located behind the curb or at the locations shown on the plans. At locations where conduit is to be installed under pavement and existing underground facilities require special precautions, as described in "Obstructions" of these special provisions, conduit shall be placed by trenching as provided below. At other locations where conduit is to be installed by jacking or drilling as provided in Section 86-2.05C, "Installation", of the Standard Specifications, and if delay to any vehicle will not exceed 5 minutes, conduit may be installed by the trenching method as follows: TRENCHING INSTALLATION OF CONDUIT.—Conduit shall be placed under existing pavement in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed 6 inches in width. Conduit depth shall not exceed 12 inches or conduit trade- diameter plus 10 inches, whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 9 inches below finish grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing final pavement layer. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per 41 cubic yard. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement, the top 0.10-foot of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39-4.02, "Prime Coat and Paint Binder", of the Standard Specifications. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 0.10-foot, by the end of each work period. PULL BOXES.—Grout in bottom of pull boxes will not be required. 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 at Location C. Where the sump of an existing pull box is disturbed by the Contractor's operation, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed. CONDUCTORS AND WIRING.—Where shown on the plans, signal cable shall be installed in lieu of individual conductors. All splices shall be made by the use of crimp type compression connectors and such splices shall be soldered. Splices shall be insulated by use of heat shrink tubing. Type THWN insulation shall not be used in the work, except as required elsewhere in these Special Provisions. HEAT-SHRINK TUBING.—Heat-shrink tubing shall be dual wall, irradiated polyolefin tubing containing an adhesive inner wall. When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink material shall, after contraction, overlap the conductor insulation at least 1-1/2 inches. All heat-shrink tubing shall also meet the following requirements: 42 Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated to 125 degrees C. and allowed to cool to 25 degrees C. Dielectric Strength: 350 kilovolts per inch, minimum. Resistivity: 1014 ohms per centimeter, minimum. Tensile Strength: 2,500 Ibs. per square inch, minimum. Operating Temperature: -55 degrees C. to 135 degrees C. Water Absorption: 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink material, mastic shall be placed around each conductor, prior to being placed inside the heat shrink material. The mastic shall be the type recommended by the manufacturer of the heat-shrink material. SIGNAL CABLE.—Where shown on the plans signal cable shall be used in lieu of individual conductors. The signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600 volts and 75 degree C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 86-2.08, "Conductors", of the Standard Specifications, and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 13 mils for conductor sizes No. 14 and No. 12, and 18 mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mils at any point. Three-Conductor Cable.—The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mils. The nominal outside diameter of the cable shall not exceed 0.40-inch. The color code of the conductors shall be blue/black stripe, blue/ orange stripe, and white/black stripe. 43 The 3-conductor cable shall be used for pedestrian pushbuttons and a spare. The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares, and the signal common. Twelve-Conductor Cable.—The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 60 mils and shall have a minimum thickness at any point of 48 mils. The nominal outside diameter of the cable shall not exceed 0.70-inch. The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as follows: red vehicle signal red - Phase 2, 4, 6 or 8 yellow vehicle signal yellow - Phase 2, 4, 6 or 8 brown vehicle signal green - Phase 2, 4, 6 or 8 red/black stripe vehicle signal red - Phase 1, 3, 5 or 7 yellow/black stripe vehicle signal yellow - Phase 1, 3, 5 or 7 brown/black stripe vehicle signal green - Phase 1, 3, 5 or 7 black/red stripe spare, or use as required for red or Don't Walk black/white stripe spare, or use as required for yellow black spare, or use as required for green or Walk red/white stripe pedestrian signal Don't Walk brown/white stripe pedestrian signal Walk Each signal cable shall be marked, in each pull box, showing the signal standard to which it is connected. Emergency vehicle pre-emptor detector lead-in cable shall conform to the provisions of Section 86-2.08, "Conductors", of 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 degrees 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. 44 The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors and a shield. The shield shall be of tinned copper-brass or aluminum polyester tape with a nominal 20% 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. The cable jacket shall be a black PVC material rated for 600 volts and 75 degree C and shall have an average minimum wall thickness 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. SERVICE.—Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 42,000 amperes, rms, for 120/240-volt services and 30,000 amperes, rms, for 480- volt services. Circuit breakers shall be mounted on non-energized clips. All circuit breakers shall be mounted vertically with the up position of the handle being the "ON" position. Dead front panel or panels, and corresponding . exterior door, shall be hinged on one side and shall be openable without the use of tools. A heavy duty barrier type terminal block shall be provided in each service equipment enclosure. The terminal block shall have a minimum of 12 positions with terminals rated at Size No. 8, or larger, to accept the field wires indicated on the plans. Field wires shall be terminated using crimped, insulated loop connectors. FUNCTIONAL TESTING.—Testing of control equipment and cabinet wiring shall be accomplished at a Caltrans facility. During the test period, the State or its representative will maintain the system or systems. The cost of any maintenance 45 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. A shutdown of the electrical system resulting from damage caused by public traffic or from a power interruption shall not constitute discontinuity of the functional test. The functional test for each lighting system shall consist of a period of not less than 7 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 7 days of continuous, satisfactory operation is obtained. The test program for the Model 170 controller unit and the Local Intersection Program shall be delivered at the same time as the complete control system. When notified by the Engineer, the Contractor shall pick up the complete control system and haul same to the site of the work. 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. 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. The Contractor shall pay the testing facility at the time of pickup of controller assembly. All references to State testing facilities or laboratories shall be interpreted as the City designated testing facility for all equipment for Location C. However, State testing procedures referred to shall remain in affect. PAINTING.—At Location A and B, lighting unit designation numbers shall be stenciled on standards as shown on the plans. MODEL 170 CONTROLLER ASSEMBLIES.—The intersection controller units shall be a Caltrans Type 170 with all hardware and software required for the operation shown on the plan including coordination software. The Contractor shall arrange with the controller manufacturer to have a signal technician present at the time the controller assembly is turned on. The technician shall be fully qualified to work on the controller assembly, and shall be employed by the controller manufacturer. 46 MODULATED LIGHT SIGNAL DETECTION SYSTEM.—Emergency vehicle traffic signal detector systems shall consist of a transmitter, receiver, and associated wire and components. The transmitter shall be an approved device mounted on the emergency vehicle. The receiver shall be mounted at or. near the intersections to be controlled. The system shall permit detection of two classes of authorized vehicles. Class I (Mass Transit) vehicles shall be capable of being detected at a range of up to 1000 feet (300 meters). Class II (Emergency) 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 vehicles, on the basis of the modulation frequency of the respective emitter. The modulation frequency for Class I signal emitters shall be 9.63 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 vehicle 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 assembly shall consist of one or more detectors, connecting cable and a discrimin- ator module. Each such assembly when used with standard emitters shall have a range of at least 1000 feet (300 meters) for Class I signals 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. Optical 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 directions. The reception angle shall be a maximum of ±6 degrees (12 degrees total included angle) measured in the horizontal 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 •m 47 near maximum range. All internal circuitry shall be solid-state and electric «» power shall be provided by the respective discriminator module.m Cable - Detector cable shall meet the requirements of '"" IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600-volt control -*• cable, 75 degrees C., Type B, and the following: a. The cable shall contain 3 conductors, each of ** which shall be #20 (7x28) stranded, tinned copper m with 25 mil minimum average thickness low-density polyethylene insulation. Insulation shall be m 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% 'm overlap. Where the film is used, a No. 20 (7x28) m stranded, tinned, bare drain wire shall be placed between the insulated conductors and the shield m and in contact with the conductive surface of the shield. c. The jacket shall be black polyvinyl chloride with *"" minimum ratings of 66 volts and 80 degrees C. and a minimum thickness of 45 mils. The jacket shall be marked as required by IPCEA/NEMA. em m d. The finished outside diameter of the cable shall not exceed 0.35 inch. <m e. The capacitance as measured between any conductor «• and the other conductors and the shield shall not exceed 48 picofarads per foot at 1000 Hz. m The Contractor shall contact the City for testing of the system at the time of the turn-on. '««W ** VEHICLE SIGNAL FACES AND SIGNAL HEADS.—Signal section housings shall be metal type. «• All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 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. •a PROGRAMMED VISIBILITY VEHICLE TRAFFIC SIGNAL HEADS.—Lamps shall be furnished by the contractor. m 48 The contractor shall arrange to have a signal technician m qualified to program the programmed visibility signal heads present at the time the signal heads are placed in operation. -'«w? m PEDESTRIAN SIGNALS.—At Location A and B, pedestrian signals shall be Type A.<*r M* Lamps for Type A pedestrian signals will be State-furnished as provided under "Materials" of these special provisions. «• Pedestrian signal faces shall conform to the following: * The luminance of the UPRAISED HAND symbol shall be 1,100 ,„,, foot-lamberts, minimum, and the luminance of the WALKING PERSON symbol shall be 1,550 foot-lamberts, minimum. Ml For crossings where the distance from the near curb to the "" pedestrian signal indication is 60 feet or less, the m luminance of the UPRAISED HAND symbol shall be 280 foot- lamberts, minimum, and the luminance of the WALKING PERSON <«• symbol shall be 1,000 foot-lamberts, minimum. The uniformity ratio of an illuminated symbol shall not 'm exceed 4 to 1 between the highest luminance area and the lowest luminance area."»m The luminance difference between a non-illuminated symbol and the background around the symbol shall be less than 30 "- percent when viewed with the visor and front screen in place and at a low sun angle..«• ^ „, Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped •«• with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. ^ At Location C, pedestrian signals shall.be Type G, with the Z-crate type screen. ** DETECTORS.—Loop detector sensor units shall be rack mounted. *" Loop wire at Locations A and B shall be Type 2. .OH Loop wire at Location C shall be Type 1. Loop lead-in cable shall be Type B. ^ Slots cut in the pavement shall be washed clean, then blown out and dried before installation of inductive loop detectors. The «• additional length of conductor for each loop shall be twisted together into a pair before being placed in the slot and conduit to the termination pull box. Type 1A loop wire shall be twisted m 49 at least 2 turns per foot and Type 2 loop wire shall be twisted at least 1.5 turns per foot. Splices in loop detector circuits shall be insulated with heat- shrink tubing. The heat-shrink material shall be contracted enough so that the entrance of water will not be permitted. Where sawed slots cross two different types of pavement material or two different panels of P.C.C. pavement, a 3/4-inch PVC pipe shall be installed across the joint, as shown in "Curb Termination Details-Type B" on Standard Plan ES-5E, to contain the loop conductors and act as an expansion/deflection fitting. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. Slots shall be filled with asphaltic sealant or hot-melt rubberized asphalt sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 39-4.02, "Prime Coat and Paint Binder", of the Standard Specifications. Temperature of sealant material during installation shall be about 70 degrees F. Air temperature during installation shall be above 50 degrees F. Sealant placed in the slots shall be compacted by use of an 8-inch diameter by 1/8-inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. Excess sealant remaining after rolling shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant. PEDESTRIAN PUSH BUTTONS.— Pedestrian push button housings shall be the metal type. LUMINAIRES AT LOCATIONS A AND B.—All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in: (1) a vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and 50 (2) a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak-to-peak sinusoidal loading (same as 0.75-g peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.020-inch when the four 3/8-inch diameter cap screws used for mounting are tightened to a torque of 10 foot-pounds. Ballasts shall be the autotransformer or high reactance type. LOW PRESSURE SODIUM LUMINAIRES.—Low pressure sodium luminaires shall be completely assembled, furnished with a lamp and ballast, and shall comply with the following requirements: Low pressure sodium luminaires shall be enclosed type with a horizontal burning lamp. Luminaires shall be either the semi-cutoff type or the cutoff type. Luminaires shall be manufactured by a manufacturer who is now regularly engaged in the manufacture of street lighting luminaires. Each luminaire shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a removable ballast tray, a lamp support, a terminal strip, a capacitor, and a slipfitter. The reflector may be an integral part of the housing. The luminaire housing shall be of corrosion resistant die cast aluminum, of 0.0625-inch minimum thickness, corrosion resistant aluminum sheet and plate with concealed continuous welds, or of acrylonitrile butadiene styrene sheet material (3/32-inch minimum nominal wall thickness), on a cast aluminum frame that provides mounting for all electrical components and the slipfitter. The housing shall be divided into optical and power compartments that are individually accessible for service and maintenance. Positioning and clamping of the luminaire to the pipe tenon shall be accomplished by tightening mounting bolts. Painted exterior surfaces of the luminaire shall be finished with a fused coating of electrostatically applied polyester powder paint or other ultraviolet inhibiting film. Color shall be aluminum gray. A high temperature neoprene, or equal, sealing ring shall be installed in the pipe tenon opening to prevent entry of water and insects into the power and optical compartments. 51 Access to the power unit assembly shall be through a weathertight hinged cover secured, with spring type latches or captive screws, to the luminaire housing. Hardware shall be stainless steel or cadmium plated. Machine screws or bolts shall be used to secure removable components. Sheet metal screws shall not be used. Semi-cutoff luminaires and molded refractor style (drop lens) cutoff luminaires shall be provided with a refractor. Other cutoff luminaires shall be provided with a flat lens. Refractors shall be one piece injection molded polycarbonate of 3/32-inch minimum thickness, or one piece injection molded acrylic of 1/8-inch minimum thickness. Flat lens shall be one piece polycarbonate of 3/32-inch minimum thickness. The refractor assembly and flat lens assembly shall be constructed to rigidly maintain its shape. The refractor assembly and the flat lens assembly shall be hinged and secured with spring type latches to the luminaire housing. The flat lens shall be mounted to a metal frame. Alternate methods of manufacturing the refractor may be approved provided minimum specified thicknesses are maintained. A sample refractor for testing will be required for alternate methods of manufacturing. The lamp socket shall be of high temperature, flame retardant thermoset material with self-wiping contacts or may be of other equally durable material. The socket shall be rated for 660 watts and 1,000 volts. Position of the lamp socket and the lamp support shall maintain the lamp in correct relationship with reflector and refractor for designed distribution pattern. Candlepower distribution shall be ANSI Type III, short or Type IV, medium distribution, for cutoff or semi-cutoff luminaires. With a 34-foot mounting height, each type of luminaire shall maintain a minimum of 0.2 footcandle at least 90 feet each side, along the longitudinal roadway line below the luminaire, and a minimum of 0.35 footcandle at a transverse roadway distance from the luminaire location equal to 1.5 times the luminaire mounting height. Certified luminaire performance data shall be furnished as part of the Equipment List and Drawings as specified in Section 86-1.03 of the Standard Specifications. This data shall include complete photometric test data in the form of isolux charts at a scale of one inch equals 20 feet, for the luminaire and lamp sizes indicated on the plans. 52 Alternate data may be in the form of horizontal footcandle values recorded on a 15' x 15' grid extending 90 feet longitudinally each side of the light source, and 15 feet behind and 90 feet in front of the light source, for the luminaire and lamp sizes and the mounting height indicated on the plans. The horizontal footcandle levels in the data submitted shall equal or exceed the levels specified in these special provisions. Failure to meet the referenced values will be justification for disapproval of the luminaries. The photometric test shall be performed and certified by an independent and recognized testing laboratory. Subsequent to the Contractors installation of any luminaires, field checks may be performed at random by the Engineer and calculated according to the Illuminating Engineering Society "Guide for Photometric Measurement of Roadway Lighting Installation (LM-50)", approved in July, 1974. Failure to meet or exceed the referenced values during field checks will be justification for replacement by the Contractor. Low pressure sodium lamps shall conform to the following: The lamps shall be 180-watt, single ended, bayonet base, tubular gas discharge lamps suitable for street lighting use. Low pressure sodium lamps shall have a minimum of 93 percent maintenance of initial lumens during rated life and shall comply with the following minimum performance requirements: Lamp Designation ANSI Code: L74-RF-180 Nominal Watts 180 Initial Lumens 33,000 Rated Ave. Life 18,000 (@ 10 Mrs/Start) Operating Position Horizontal +20 degrees Low pressure sodium lamps shall reach 80 percent of light output within 10 minutes and shall restrike within one minute after an outage due to power interruption or voltage drop at the lamp socket. The base of the lamp shall have a device that will allow the installer to indicate the month and year of installation. Ballasts for low pressure sodium luminaires shall be the autotransformer or high reactance type and, when operated with the lamp, shall have the following characteristics and maintain the following lamp operation: 53 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage. 2. Lamp wattage regulation spread, at any lamp voltage from nominal through life, shall not vary by more than +/- 6 percent for +/- 10 percent input voltage variation. 3. The lamp current crest factor shall not exceed 1.8 at nominal line voltage. 4. Ballast losses shall not exceed 24 percent for 180-watt ballasts at nominal line voltage. LUMINAIRES AT LOCATION C.—Glare shields are not required on semi-cutoff or full cutoff luminaires. Ballasts shall be the lag or lead regulator type. Integral ballasts and Type IV photoelectric control shall be provided. Luminaires shall be General Electric M-400 A cutoff power/door units or approved equal. INTERNALLY ILLUMINATED STREET NAME SIGNS.—Internally illuminated street name signs shall be Type A. PHOTOELECTRIC CONTROL AT LOCATION C.—Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. 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 (1-1/4) footcandles. In the event of failure, the control unit shall fail in the ON position. 54 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT.— Salvaged electrical materials from Location A and B,shall be hauled to the Department of Transportation Recycling Center at 11900 Singer Lane, Spring Valley, California 92077. The Contractor shall provide equipment, as necessary, to safely unload the material. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefor. PAYMENT.—Lump sum price for signals and intersection lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January 1988. 55 SIGNING AND STRIPING REMOVE PAVEMENT MARKERS.—Pavement markers shall be removed and disposed of, where shown on the plans. REMOVE TRAFFIC STRIPES AND PAVEMENT 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 objectionable 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 cleaning operation. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1.09, "Public Safety", of the Standard Specifications. REMOVE ROADSIDE SIGNS.—Existing roadside signs, at locations shown on the plans to be removed and turned over to the City Inspector. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. RELOCATE ROADSIDE SIGNS.—Existing roadside signs to be relocated shall be installed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. ROADSIDE SIGNS.—New roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the details shown on the plans and the provisions in Section 56-2, "Roadside Signs", of the Standard Specifications. New W-41 and similar signs shall be covered from the motorists' view until signal turn-on or as directed by the City Inspector. 56 INSTALL ROADSIDE SIGN PANELS.—Roadside sign panels shall be installed on new posts and on new traffic signal standard mast arm at the locations shown on the plans or where directed by the Engineer and in conformance with the provisions in Section 56- 2.04, "Sign Panel Installation", of the Standard Specifications and these special provisions. New posts shall be 2" telspar. PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS.—This work shall consist of painting traffic stripes, including applying glass spheres, at the locations shown on the plans or designated by the Engineer, in conformance with Section 84-1, "Traffic Stripes and Pavement Markings", of the Standard Specifications. Thermoplastic shall not be used. PROTECTION.—Newly painted traffic stripes and pavement markings shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. PAVEMENT MARKERS.—Pavement markers shall conform to the provisions in Section 85, "Pavement Markers", of the Standard Specifications and these special provisions. 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 provisions, and as. directed by the Engineer, shall be included in the "Lump Sum" contract bid for that respective Item A, B, or C.. 57 SPECIAL PROVISIONS. ITEMS D; E, F SIGNALS AND LIGHTING DESCRIPTION.—Furnishing and installing traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting", of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988, and these special provisions. Traffic signal work is to be performed at the following locations: EL CAMINO REAL AT ARENAL ROAD ELM AVENUE AT HIGHLAND DRIVE EL CAMINO REAL INTERCONNECTION EQUIPMENT LIST AND DRAWINGS.—The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36") , shall be combined into one drawing so that, when the cabinet door is open the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance 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 maintenance 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 (g) Geographical layout of components (h) Schematic diagrams (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, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within fourteen (14) calendar days of the date of Notification to Proceed. 58 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 fifteen (15) calendar 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. However, final painting of the signal stop bars shall not occur until the day of the signal turn-on. FOUNDATIONS PEDESTRIAN RAMPS, SIDEWALK.—Portland cement concrete shall be SSPWC class 564-C-3000, with a maximum slump of 4 inches, using Type II cement. The mix shall not contain less than six (6) sacks of concrete 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 applicable tip tenon detail may be substituted. CONDUIT.—Only rigid metallic type conduit shall be used. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications, or a concrete-tight split coupling, or concrete-tight set screw coupling shall be used. Insulated bonding bushings will be required. 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. 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.—Grout in bottom of pull boxes will not be required. 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. 59 CONDUCTORS AND WIRING.—Conductors No. 8 AWG or larger, shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B". Emergency vehicle pre-emptor detector lead-in cable shall conform to the provisions of Section 86-2.08, "Conductors", of 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 degrees 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 conductors and a shield. The shield shall be of tinned copper-brass or aluminum polyester tape with a nominal 20% 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. The cable jacket shall be a black PVC material rated for 600 volts and 75 degree C and shall have an average minimum wall thickness 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. SERVICE.—Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 42,000 amperes, 60 rms, for 120/240-volt services and 30,000 amperes, rms, for 480- volt services. Circuit breakers shall be mounted on non-energized clips. All circuit breakers shall be mounted vertically with the up position of the handle being the "ON" position. Dead front panel or panels, and corresponding exterior door, shall be hinged on one side and shall be openable without the use of tools. A heavy duty barrier type terminal block shall be provided in each service equipment enclosure. The terminal block shall have a minimum of 12 positions with terminals rated at Size No. 8, or larger, to accept the field wires indicated on the plans. Field wires shall be terminated using crimped, insulated loop connectors. FUNCTIONAL TESTING.—Testing of control equipment and cabinet wiring shall be accomplished at a City designated facility. During the test period, the City or its representative will maintain the system or systems. The cost of any maintenance 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. A shutdown of the electrical system resulting from damage caused by public traffic or from a power interruption shall not constitute discontinuity of the functional test. The functional test for each lighting system shall consist of a period of not less than 7 days. If unsatisfactory performance of the system develops, the conditions shall, be corrected and the test shall be repeated until the 7 days of continuous, satisfactory operation is obtained. 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 control system. When notified by the Engineer, the Contractor shall pick up the complete control system and haul same to the site of the work. The Contractor shall allow a minimum of 10 working days for 61 operational testing and adjustment, with the added provision that if the equipment should fail, an additional 10 day period shall be allowed for retesting. 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. The Contractor shall pay the testing facility at the time of pickup of controller assembly. MODEL 170 CONTROLLER ASSEMBLIES.—The intersection controller units shall be a Cal trans Type 170 with all hardware and software required for the operation shown on the plan including coordination software. The Contractor shall arrange with the controller manufacturer to have a signal technician present at the time the controller assembly is turned on. The technician shall be fully qualified to work on the controller assembly, and shall be employed by the controller manufacturer. EMERGENCY VEHICLE PRE-EMPTION.—Emergency vehicle traffic signal detector systems shall consist of a transmitter, receiver, and associated wire and components. The transmitter shall be an approved device mounted on the emergency vehicle. The receiver shall be mounted at or near the intersections to be controlled. The system shall permit detection of two classes of authorized vehicles. Class I (Mass Transit) vehicles shall be capable of being detected at a range of up to 1000 feet (300 meters). Class II (Emergency) 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 vehicles, on the basis of the modulation frequency of the respective emitter. The modulation frequency for Class I signal emitters shall be 9.63 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 vehicle 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 assembly shall consist of one or more detectors, connecting cable and a discrimin- ator module. 62 Each such assembly when used with standard emitters shall have a range of at least 1000 feet (300 meters) for Class I signals 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. Optical 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 directions. The reception angle shall be a maximum of ±6 degrees (12 degrees total included angle) measured in the horizontal 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 respective discriminator module. Cable - Detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600-volt control cable, 75 degrees 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 polyethylene 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% overlap. 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 66 volts and 80 degrees C. and a minimum 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. 63 e. The capacitance as measured between any conductor and the other conductors and the shield shall not exceed 48 picofarads per foot at 1000 Hz. The Contractor shall contact the City for testing of the system at the time of the turn-on. VEHICLE SIGNAL FACES AND SIGNAL HEADS.—Signal section housings shall be metal type. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 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. PEDESTRIAN SIGNALS.—Pedestrian signals shall be Type G, with the Z-crate type screen. The hood described in Section 86-4.05D, "Visors", of the Standard Specifications shall be provided. DETECTORS.—Loop detector sensor units shall be rack mounted. Loop wire shall be Type 1. Loop lead-in cable shall be Type "B". 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. LUMINAIRES.—Glare shields are not required on semi-cutoff or full cutoff luminaires. Ballasts shall be the lag or lead regulator type. Integral ballasts and Type IV photoelectric control shall be provided. 64 Luminaires shall be General Electric M-400 A cutoff power/door units or approved equal. INTERNALLY ILLUMINATED STREET NAME SIGNS.—Internally illuminated street name signs shall be Type A. PHOTOELECTRIC CONTROL.—Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. 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 (1-1/4) footcandles. In the event of failure, the control unit shall fail in the ON position. PAYMENT.—Lump sum price for signals and intersection lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January 1988. 65 SIGNING AND STRIPING REMOVE PAVEMENT MARKERS.—Pavement markers shall be removed and disposed of, where shown on the plans. REMOVE TRAFFIC STRIPES AND PAVEMENT 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 objectionable 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 cleaning operation. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1.09, "Public Safety", of the Standard Specifications. REMOVE ROADSIDE SIGNS.—Existing roadside signs, at locations shown on the plans to be removed and turned over to the City Inspector. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. RELOCATE ROADSIDE SIGNS.—Existing roadside signs to be relocated shall be installed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. ROADSIDE SIGNS.—New roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the details shown on the plans and the provisions in Section 56-2, "Roadside Signs", of the Standard Specifications. W-41's and similar signs shall be covered from the motorists' view until signal turn-on or as directed by the Inspector. 66 INSTALL ROADSIDE SIGN PANELS.—Roadside sign panels shall be a* installed on new posts and on new traffic signal standard mast arm at the locations shown on the plans or where directed by the •*» Engineer and in conformance with the provisions in Section 56- 2.04, "Sign Panel Installation", of the Standard Specifications ** and these special provisions. New posts shall be 2" telspar. «• PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS.—This work shall consist of painting traffic stripes, including applying glass *» spheres, at the locations shown on the plans or designated by ^ the Engineer, in conformance with Section 84-1, "Traffic Stripes and Pavement Markings", of the Standard Specifications. •<•» Thermoplastic shall not be used. "*" PROTECTION.—Newly painted traffic stripes and pavement markings M shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. "fflMI **r PAVEMENT MARKERS.—Pavement markers shall conform to the provisions in Section 85, "Pavement Markers", of the Standard *" Specifications and these special provisions. •— 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 provisions, and as directed by the Engineer, shall be included in the "Lump Sum" contract bid «. for that respective bid item D, E, or F. 67 2ND DETECTOR ( WHEN SHOWN ON PLANS ) 1* PVC NIPPLE (LENGTH AS REQUIRED) SIGNAL HEAD HOUSING DETECTOR 1.5' TO I' REDUCER BACKPLATE REVISION BY APPROVED DATE DWG.NO. EMERGENCY VEHICLE PREEMPTION DETECTOR ASSEMBLY SLE 630 San Diego Gas & Electric April 1, 1988 RECEIVED Mr. Gary Kellison City of Carlsbad /OPP D 4 1QPQ 2075 Las Palmas Drive rrt U IJOc( Carlsbad, CA 92009 MUNICIPAL PROJECTS DIVISIONDear Mr. Kellison: SUBJECT: TERMINATING PULL BOXES Effective January 1, 1989, the installation of a terminating pull box will be allowed on controller cabinet mounted, modified Type II service installations for traffic signals only (see attached City of San Diego standard drawing as an example of this type installation). All other metered underground services for traffic signals, street lights, flashing beacons, highway lights and signs, traffic count stations, etc., must terminate in an SDG&E approved free-standing commercial Type III meter pedestal. The meter pedestal must meet all requirements as specified in SDG&E Service Guide. Use of a terminating pull box will not be permitted. Any electrical construction plans indicating the use of a terminating pull box with a Type III meter pedestal will need to be corrected if the in-service date will be January 1, 1989 or after. To avoid possible delays to your projects, please review all of your electrical construction plans to ensure your installations will meet our specifications. If you have questions, please call me at 699-5062. Sincerely, Joann Moline Street Lighting Coordinator Governmental Marketing FJM:ca Attachment POST OFFICE BOX 1831 • SAN DIEGO, CALIFORNIA 92112 • TELEPHONE: 619/696-2000 68 •IVtMONt ' /AmKWALft MFTERED TRAFFIC SIGNALpRCUlT J OMER INSTALLED SERVICE ENTRANCE TORS. TO TERMNtfTMG PULLtOX, LK3HT("l20V SHOWN) pN0 DETAIL-UNMETERED STREET L1QHT SERVICE COtiNgCTlON. . •o W-tOriCATMl M»«aHCt CITY Of UN DIEOO STAMDAKO PftAWWO CABINET MOUNTED MODI RED TYPE 11 SERVICE INSTALLATION KALI T I Z SHEETS 69 •tVttKMS AFM0VAU rPE 332 / 336 CABINETS FOR TYPE 170 CONTROLLER. JSAFETY SOCKET METER SECT 1C* . TEST-fiYPASS BLOCK SECTION. ONE-INCH CONDUIT WITH 2-*fc TW TRAFFIC SIGNAL SERVICE FEEDER. 6 PULLBOX-LOCATE SERVICE WOUND IN CORNER. ONE-INCH CONDUfT WITH 2- 10 AND 2-6. UH.ESS NOTED OTHERWISE J2M OR 3" CONDUIT WITH SERVICE CONDUCTORS PER PLAN . ONE- HALF INCH CONDUIT WI1H i-% FOR SERVICE BROUNO. MEMA 3 R CAN WITH 30A-I P TRAFFIC SIGNAL CIRCUIT BREAKER , 30A-H P OR 2 P STREET LIGHT CIRCUIT BREAKER AS REQUIRED. I PULL BOX WITH COVER LABELED "ELECTRIC". A MONEL METAL TAPE TAG WITH LEGEND^TERMINATING PULL BOX* SHALL BE AFFIXED WITH EPOXY TO TOP EDGE OF BOX. NOT ON THE LID ) 5EALABLE JUNCTION BOX. DNE-INCH SHORT NIPPLE WITH 2 UNMETERED STREET LIGHT CONDUCTORS. & MIN. ONE-INCH HIGH NUMBERS OF STREET ADDRESS, I PAINTED WITH WEATHER RESISTANT PAINT . i i • SERVICE EQUIPMENT ENCLOSURES SHALL CONFORM TO STATE OF CALIFORNIA STANMRD PLANS . CITY Or SAN DIEGO MOUNTED ITANDAftO MAVMO TYPE II SHEET * OF 2 SHEETS SAN DIEGO REGIONAL STANDARD DRAWINGS 70 varies Width as shown on plan NON-CONTIGUOUS Width as shown on plan •1/2" R — 1/4" per ft. | 1/2" R .••.•-;•••••«• Weakened Plane Joint — CONTIGUOUS NOTES 1. Concrete shall be 564-C-3000 (All Work) 2. See Standard Drawing G-10 for joint details. LEGEND ON PLANS Revision Thickness Thirkness Cone. By -fc •a: Approved Date 7-7* SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK - TYPICAL SECTIONS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE R.C.E. ''9807 Oait DRAWING NUMBER G-7 71 Mid Point of Curb Return P.C.R. 5' Typ. NOTES 1. Expansion Joints at curb returns, adjacent to structures and at 45' intervals. (See Standard Drawing G-10). 2. Weakened Plane Joints at mid point of curb return, when required, and at 15' intervals from P.C.R.'s (See Standard Drawing G-10). 3. 1/4" grooves with 1/4" radius edges at 5' intervals. Revision Note 4 BY Approved Date 5-66 SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK JOINT LOCATIONS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS CUMMITm Coonliiutni R C E 1980' O.iif DRAWING NUMBER G-9 Expansion Joint filler material f i X*.•#••'•*'•..• > *.'..r:..*->.-:.fc.. .-y,-iS i i 1/2" (Pavement) 1/4" (Sidewalk) 1/0 H x 22" Bar x 30" C.C. 72 :V*;-* ^ ' ' '"' ; v i f ....4S i^»t v ,»"i* -• ,*-.x»* - 1 -S *V*'--'.^.-.-. .;.'••<* Y;.1:/ EXPANSION JOINT CONTACT JOINT 1/8" R ; *•; : •*' CM /— rretormeo Joint tin '"'^ * : .< -^-1/4" . *-yl WEAKENED PLANE JOINT PAVEMENT WEAKENED PLANE JOINT SIDEWALK 1/8" R 1 5/8" KEYED JOINT RECOMMENDED IV THE SAN REGIONAL STANDARDS COMMITTEE Cuurijiiulo> R C.I 19807 Out DRAWING NUMBER G-10 DIEGO CONCRETE JOINT DETAILS Radius Date 73 X Curb Height 1" 2" 3" 4" 5" 6" 1" 8" Y Ramp Length 0* - 6" 1' - 6" r-s- 3' - 6" 4' - 6" y . 6" 6' - 6" T • 6" Z Side Slope 1' • 6" 1' - 6" r • 8" r • 4" 3' • 0" 3' • 0" 3' - 0" 3' • 0" S (%) Back Slope 2.25 2.75 3.25 3.75 4.25 4.50 4.50 4.50 Gutter lip Use type 'A' unless noted Prop, line- 12"wide border with V<" grooves approx. \" O.C.-z-f— 4- See ramp A Curb 4" See ramp B SECTION A-A NOTES See Standard Drawing G-32 for general notes. See CALTRANS Standard Drawings for ramp geometry at locations A & B Revision Approved Date SAN DIEGO REGIONAL STANDARD DRAWING PEDESTRIAN RAMP TYPES A AND B RECOMMENDED BY THE SAN QIEGO REGIONAL STANDARDS COMMITTEE Ol/'&J Coonhniiof R.C.E. C21U3 One DRAWING NUMBER G-27 74 1. Pedestrian ramps shown on Standard Drawings G-27 through 6-30 do not conform to the requirements of the State Building Code (Part 2, Title 24, C.A.C.) and are not recommended for use on projects with Federal or State funding. 2. Areas shown thus:Shall have a heavy broom "ripple" texture finish, transverse to axis of ramp. 3. Areas shown thus: [»* * ..V. <»°| Are the minimum reouired for a complete ramp installation and shall be concrete class 564-3000. 4. When pedestrian ramps are installed in or adjacent to existing colored concrete, the new ramp shall be tinted to match existing concrete color. 5. The removal of existing concrete curb, gutter, sidewalk and pavement for pedestrian ramp installation shall comply with San Diego Regional Standard Drawing G-11. 6. If obstructions such as inlets, utility poles, fire hydrants, etc., are encountered, the ramp locations may be adjusted upon the approval of the Engineer. RECOMMENDED 8V THE SAN OIEGO REGIONAL STANDARDS COMMITTEE 2) CooKtmator RCE C2II33 Out DRAWING R-Q9MIIMRCB VJ d LNUMBER SAN DIEGO REGIONAL STANDARD DRAWING GENERAL NOTES FOR PEDESTRIAN RAMP Revision By Approved Date 75 LOCATION MAP TRAFFIC SIGNALS 1 EL CAMINO REAL & ARENAL ROAI 2 ELM AVENUE & HIGHLAND DRIVE OLIVENH*^ 3 TAMARACK AVENUE a I-5 RAMPS 4 TAMARACK AVENUE & ADAMS STREET 5 INTERCONNECT TAMARACK AVENUE & KELLY DRIVE PROJECT NAME VARIOUS TRAFFIC SIGNALS PROJECT *EXHIBIT 1