HomeMy WebLinkAboutScibilia & Sons; 1981-07-03; 1090CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS & SPECIFICATIONS FOR
PASEO DEL NORTE SUBDRAINS
CONTRACT NO, 1090
MAY, 1981
TABLE OF'CONTENTS
PAGE ITEM
1 NOTICE INVITING BIDS
3 PROPOSAL
6 • BIDDER'S BOND TO ACCOMPANY PROPOSAL
7 DESIGNATION OF SUBCONTRACTORS
. 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND
EXPERIENCE .
11 CONTRACT
14 LABOR AND MATERIAL BOND ' • •
16 PERFORMANCE BOND
18 GENERAL PROVISIONS
25 SPECIAL PROVISIONS
Page 1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing
Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:00 p.m. on the 3rd day of June . , 19 81, at which
time they will be opened and read for performing the work as
follows:
PASEO DEL NORTE SUBDRAINS
CONTRACT NO. 1090
Said work shall be performed in strict conformity with the
specifications therefor as approved by the City Council of the
City of Carlsbad on file in the Engineering Department. Refer-
ence is hereby made to said specifications for full particulars
and description of said work.
No bid will be received unless it is made on a proposal
form furnished by the Engineering Department. Each bid must
be accompanied by cash, certified check or bidder's bond made
payable to the City of Carlsbad for an amount equal to at least
ten percent (10%) of the amount of bid; said guaranty to be for-
feited should the bidder to whom the contract is awarded fail
to furnish the required bonds and to enter into a contract with
the City within the period of time provided for by the bid re-
quirements.
The documents included within the sealed bids which require
completion and execution are the following:
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
Said documents shall be affixed with .the- appropriate nota-
rized signatures and titles of the persons signing on behalf
of the bidder. For corporations, the signatures of the presi-
dent or vice-president and secretary or assistant secretary are
required and the corporate seal shall be affixed to all docu-
ments requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated, quantities are approximate only, being
given solely as a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been
licensed in accordance with the provisions of Chapter 9, Divi-
sion 3 of the Business and Professions Code. The contractor
shall state fris/her license number and classification in the pro'
posal. The estimated cost of the work is $68,754.
Page 2
Plans, special provisions and contract documents may be
obtained at the Engineering Department, City Hall, Carlsbad,
California, at no cost to licensed contractors for the first
set. Additional sets are available for a non-refundable fee
of $10 per set.
The City of Carlsbad reserves the right to reject any or
all bids and to waive any minor irregularity or informality
in such bids.
The general prevailing rate of wages for each craft or
type of workperson needed to execute the contract shall be
those as determined by the Director of Industrial Relations
pursuant to the State of California Labor Code, Part 7, Chap-
ter 1, Article 2, Sections 1770, 1773 and 1773.1.
•Pursuant to Section 1773.2 of said Labor Code, a current
copy of applicable wage rates are on file in the Office of "the
City Clerk of the City of Carlsbad.
It shall be mandatory upon the contractor to whom the
contract is awarded to pay not less than the said specified
prevailing rates of wages to all workpersons employed by him/
her in the execution of the contract.
Also, the prime contractor shall be 'responsible to insure
compliance with provisions of Section 1777.5 of the California '
Labor Code of the State of California for all occupations with
apprenticeships as required on public works projects above thirty
thousand dollars ($30,000) or twenty (20) working days or for
specialty contractors not bidding for work through a general or
prime contractor involving more than two thousand dollars ($2,000)
or more than five (5) working days.
The amount of the bond to be given for the faithful perform-
ance of the contract for said work shall be one hundred percent
(1001) of the contract price therefor, and an additional bond in
the amount equal to fifty percent (50%) of the contract price for
- said work shall be given to secure the payment of the claims for
any material or supplies furnished for the performance of the
work contracted to be done by- the contractor for any work or labor
of any kind done thereon.-
Partial and final payments on this contract shall be in ac-
cordance with Section 9 of the 1979 edition of "Standard Specifi-
cations for Public Works Construction.".
Approved by the City Council of the City of Carlsbad, Cali-
fornia, by Resolution No. SSQS adopted on the sth day of
May > 19 8.X_«
w-.....,DATE
Page 3
CITY OF CARLSBAD
CONTRACT NO. 1Q90
' y
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
BEKSPc
The undersigned declares he/she has carefully examined the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
to do all the work to complete Contract No. 1090 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 Article with Unit Price or
No. Lumt) Sum"Written-in .Words
Approximate Unit
Quantity 5 Unit Price TOTAL
3" Asphalt Concrete at
• -J _Do liars
Cents
per ton
4" Drain Pipe at
a
per lineal foot
Dollars
Cents
835 TONS
3,977 L.F.
Addcndum(a) No(s).
is/arc included in tlus proposal.
has/have"been received and
- .T. I -i~ .. ..0. L
Page 4
All bids are to be computed on the basis of the given es-
timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit price, the cor-
rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-
rected totals.
* •'
The estimated quantities of work indicated in this proposal
are approximate only, being given solely as a basis for compari-
son of bids . . •
.The undersigned has checked carefully all of the above
figures and understands that the City will not be responsible
for any errors or omissions on the part of the undersigned in
making up this bid. .
The undersigned agrees that in case of default in executing
the required contract with necessary bonds and insurance poli-
cies within twenty (20) days from the date of award of contract
by City Council. of the City of Carlsbad, the proceeds of check
or bond accompanying this bid shall become the property of the
City of Carlsbad.
Licensed in accordance with the Statutes of the State of
California providing for the registration of contractors, Li-
cense No. A 352. ~L^>^> > Identificationx -\ - ,. - tE^e. — *. — .
The undersigned bidder hereby represents as follows: (1)
That no Councilperson, 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 of-
ficers, agents or employees, has induced him/her to enter into
-this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
(2) that this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is in
all respects fair and without collusion or fraud.
Accompanying this proposal is _Blp_ ____
(cash, certified check, bond
or cashier's check)
in an amount not less than ten percent (10%) of the total bid
price.
The undersigned is- aware of the provisions of Section 3700
of the Labor Code which require every employer to be insured
against liability for workers1 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.
Page 5
Phone Number
\
-3- -#/ ..
Date
Bidder's Addr'ess
Gr e <o eret 1 r t ^Q Co t^
Bidder ' s Name
/ Authorized Signature
-
. : (seal)
Authorized Signature
Type of Organization
•(Individual, Corporation, Co-
partnership) " ' .
List belov; names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
»- ,s c
OFFICIAL SEAL
CHERYL SCIBILIA
NOTARY PUBUC-CAtlFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Jan. 21, 1985
ATTAQI NOTARIAL ACKN01\^EDGB.'IENT OF PRINCIPALS
tY
Acknowledgement of Surety
State of California )
County of San Diego )
On this 2nd day of 198\ before me personally appeared
Robin S ._Westfall , known to me to be the Attorney-in-Fact
of Insurance Company of the West and acknowledged to me that -he executed the
within instrument.
In witness whereof, I hereto set my hand and official seal on the day and year in
this certificate first written above.
OFFICIM. SEAL
BRENDA G. FERTILE
NOTARY PU8UC • CALIFORNIA
Princlptl Office in S«n Diego County
My Commission Exp. Sept. 23,1983
ICW 315 (9/76)Notary Public
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond No. 385124
KNOW ALL PERSONS BY THESE PRESENTS:
That we,
and INSURANCE COMPANY OP THE WEST
SCIBILIA & SONS GENERAL ENGINEERING
CONTRACTOR, INC. •
_. _ , as Principal,
___ _ , as Surety, are held
and firmly bound unto the City of Carlsbad, California, in the sum
Of TEN PERCENT OF THE AMOUNT BID ————— '. •
(ft 10% OF BID AMOUN)?, lawful money of the United States for the pay-
ment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Paseo del Norte Sub-drains - Contract 1090
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 con- •
tract 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 Prin-
cipal shall not exonerate the Surety from its obligations under
this bond. .
IN WITNESS WHEREOF, we hereunto set our<hands and seals this
2nd . day of JUNE » 19 81 .
• •
Corporate Seal (if corporation) SCIBILIA s SONS GENERAL ENGINEERING CONTRACTOR'Principal • ™<"INC.
INSURANCE COMPANY OF THE WEST
Surety
By '
T
TitleROBIN S. WESTFALL, ATTORNEY-IN-FACT
. Attach acknowledgement of
Attorney in Fact
Mo t a r i a 1 ac k n owlc dpc men to f c xe
cu.tjon^by all PRINCIPALS ancT
SUlu:.fY'"must be attached
Attach Power of Attorney
Insurance Company of the West
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly organized and existing under the
laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint:
ROBIN S.WESTFALL
its true and lawful Attorney(s)-in-Fact, with full 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 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 6th 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-in-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-
in-Fact and revoke the Power of Attorney give- him or her; and be it further
. "RESOLVED: That the Attorneys-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-
in-Fact shall be 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 be
signed by its duly authorized officers this Sixth day of June , 19__Z!—
INSURANCE COMPANY OF THE WEST
STATE OF CALIFORNIA \
COUNTY OF SAN DIEGO
On this Sixth day of
SS:
June .A.D., 19 78 t before the subscriber, a Notary Public of the State of California, in and for the
County of San Diego, duly commissioned and qualified, came JAMES B. RATHBUN President, 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 acknowledged
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.
OFFICIAL SEAL
CAROLE POWER
NOTARY PUBLIC - CALIFORNIA
Principal Office, San Diego Co. Calif.
My Commission Exp. Oct. 10,
STATE OF CALIFORNIA)
COUNTY OF SAN DIEGO SS:
Richard S. King
Notary Public
. Secretary of the Insurance Company of the West, do hereby certifyI, the undersigned,
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 2hd day Of June 19_81
ICW CAL 37
Page 7
' -DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the Public Works Administrator, and' in
accordance with applicable provisions of the specifications. No .
changes may be made in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Item(s)
of Work
Full
Company
Name Complete Address
with 7.-5n Code
Area CodePhone No.
Page 8
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to 'provide the following information on the
subbids of all the listed subcontractors as part of the sealed
.bid submission. Additional page can-be attached if required.
Full
Company
Name
. Type of State Carlsbad Amount
Contracting .Business of
License & No. License No.* Bid ($ or
*n
*Li2enses are renewable annually by January 1st. If no valid li
cense indicate "none." Valid license must be obtained prior to
submission of signed contracts. . .
(NOTARIZE OR CORPORATE"
oEALj'
Co
Bidder's Company Name
' 2 2^47.
oYi zed Signature
.Bidder's Complete Address
Page 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed
statement of his/her financial responsibility.
t .
Sijgnaturei
(NOTARIZE OR CORPORATE SEAL)
Page 10
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
ORIGINAL
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 tele-
phone numbers, which will enable the City to judge his/her
responsibility, experience and skill. An attachment can be
used if notarized or sealed.
ciry OF gscoN-'£>io£) . /.ftffgv t+oB&otJ, eer. ~ .
(NOTARIZE OR CORPORATE SEAL)
Page 11
CONTRACT
THIS AGREEMENT, made and entered into this day of
• , 19 , by and between the City of Carlsbad,
California, hereinafter designed as "City", party of the first
part, and tclbMU t tout hereinafter
designated as "Contractor", party of the second part.
WITNESSETH: The parties hereto do mutually agree as fol-
lows :
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
Paseo del Norte Sub-drains - Contract 1090
and to perform and complete in a good and workpersonlike manner
all the work pertaining thereto shown on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any, as in the said specifications are
stipulated to be furnished by City), and to do everything required
by this agreement and the said plans and specifications.
2. For furnishing all said materials and labor, tools and
equipment, and doing all the work contemplated and embraced in
this agreement, also for all loss and damage arising out of the
nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be en-
countered in the prosecution of the work until its acceptance by
the City, and for all risks of every description connected with
the work; also, for all expenses incurred by .or in consequence
of the suspension or discontinuance of work, except such as in
said specifications are expressly stipulated to be borne • by the
City; and for well and faithfully completing the work and the
whole thereof, in the manner shown and described in the said
plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price,
or if the bid is on the unit price basis, the total price for
the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with said Con-
tractor to employ, and does hereby employ said Contractor to
provide the materials and to do the work according to the terms
and conditions herein contained and referred to for the price
aforesaid and in accordance with the conditions set forth in the
* Page 12
specifications; and the said parties for themselves, their heirs,
executors, administrators, successors and assigns, do hereby
agree to the full performance of the covenants herein contained.
./
4.. The notice to bidders, instructions to bidders, con-
tractor's proposal, and the plans and specifications, and all
amendments thereof, when approved by the parities hereto, or
when required by the City in accordance with the provisions of
the plans and specifications, are hereby incorporated in and made
a part of this agreement.
5. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of
per diem wages for each craft or type of worker needed to exe-
cute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by ref-
erence herein.
6. The Contractor shall assume the defense of and indemni-
fy and hold harmless'the City, and its officers and employees,
from all claims, loss, damage, injury and liability of every
kind, nature and description, directly or indirectly arising from
the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever'the same may be caused, resulting
directly or indirectly from the nature of the work covered by
the contract, regardless of responsibility for negligence.
7. Contractor shall cause the City to be named as an addi-
tional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
8. The Contractor shall cause the City to be named as an
additional insured on any workers' compensation insurance policy
taken out by Contractor concerning the subject matter of this
contract. If Contractor has no workers' compensation insurance
policy covering the subject matter of this contract, then Con-
tractor shall either (1) acquire such a policy naming the City
as an "additional insured prior to the start of any work pursuant
to this contract or (2) shall 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 which would otherwise be covered by such workers'
compensation insurance policy regardless of responsibility for
negligence.
9. The Contractor shall submit to the City the policies
mentioned in Paragraphs 7 and 8 or proof of workers' compensa-
tion self-insurance prior to the start of any work pursuant to
this contract.
10. Any controversy or claim in an amount up to $100,000
arising out of or relating to this contract or the breach thereof
Page 13
shall be settled by arbitration in accordance with the con-
struction industry rules of the American Arbitration Associa-
tion and judgment upon the award rendered by the arbitrator(s)
may be entered in any California court having jurisdiction
thereof. The award of the arbitrator(s) shall be supported
by law and substantial evidence as provided by the California
Code of Civil Procedure Section 1296.
IN WITNESS WHEREOF, the parties hereto have caused this con-
tract to be executed the day and year first above written.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
APPROVED AS TO FORM:
Daniel S. HentsdHke^ Assistant
Sclblll* 6 Sons
Contractor
By
(seal)
Title
CITY OF CARLSBAD, CALIFORNIA
ByrMayor
ATTEST:
Clerk/
ACKNOWLEDGEMENT OF PRINCIPALS
S1ATE OP CALIFORNIA
COUNTY OF SAN DIEGO
On this 3rd day of JULY. 1981. before me personally
appeared John M", Scibilia and John Scibilia. known to me
to be President, Secretart-Treasurer respectively of
Scibilia & Sons and acknowledged to me that they executed
the within instrument*
In witness whereof, I hereto set my hand and official
seal on the day and year in this certificate first written
above.
OFFICIAL SEAL
CHERYL SCIBILIA
NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Jan. 21, 1985
. BOND #392969 Page 14
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 6572 adppted June 16, 1981 _ '
has awarded to Scibilla & Sons _ ' _ _ __,
hereinafter designated as the "Principal", a contract for:
Paseo del Norte Sub-drains - Contract 1090 .
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond with said contract, providing that if said Principal or any
of his/her or its subcontractors shall fail to pay for any ma-
terials, 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:
C. NOW, THEREFORE, WE Sribilia £ Sons
as Principal, hereinafter designated as Contractor, and
insurance Company of the West as Surety, are
held firmly bound unto the City of Carlsbad in the sum of Forty •
Thousand Seven Hundred Thirty Eight and 50/100 —"Dollars C$*tQ.738.50 )• » •" •" • ••"• '" ' " i"111"" i—i — — * i"— '•"• JK "i •• •" •'— "i™ ' "• ii i ' .—••^•.- in"—i BUI • i i 111 * ni 11- i -
said sum being fifty percent (501) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person
or his/her subcontractors fail to pay for any materials, provisions,
provender or other supplies, or teams used in, upon, for, or about
the performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State .of California.
This bond shall inure to the benefit of any and all persons,
companies and corporations entitled to file claims under Section
Page 15
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this
bond, as required by the provisions of Section 4205 of the Gov-
ernment Code of the State of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alterations.or ad-
ditions to the terms of the contract or to the work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, affect its obligations on this bond, and it
does-hereby waive notice of ,any such change, extension of time,
alterations or additions to the terms of the Contract or to the
work or to the specifications.
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 3Qilh day of
JUNE , 19 81
(Notarial acknowledgement,SCIBILIA & SONS GENERAL ENGINEERING CONTRACTOR, INC.
of execution by ALL :
PRINCIPALS must be , ,' * * .. (seal)
attached.)
Contractor
INSURANCE COMPANY OF THE WEST
(seal)
• BYi o ^l j.J( UJi __
• ROBIN S- WESTFALL, ATTORNJ-IN-FACT
Surety
*
•
Attach acknowledgement of Attorney in Fact.
Attach Power of Attorney.
Acknowledgement of Surety
State of California )
County of San Diego )
On this 30th day of June
Robin S. Westfall
1981 before me personally appeared
known to me to be the Attorney-in-Fact
of Insurance Company of the West and acknowledged to me that s-he executed the
within instrument.
In witness whereof, I hereto set my hand and official seal on the day and year in
this certificate first written above.
OFFICIAL SEAL
CECILY M. GIPSON
NOTARY PUBLIC • CALIFORNIA
Principal Offict In San Diego County
My Commission Exp. April 6.1984
ICW 315 (9/76)Notary Public
STATE OP CALIFORNIA
COUNTY OP SAN DIEGO
ACKNOWLEDGMENT OP PRINCIPALS
On this 3rd day of July, 1981. "before me personally
appeared, John M. ScTbilia and John Scibilia, known to me to
be President, Secretary-Treasurer respectively of Scibilia and
Sons and acknowledged to me that they executed the within instrument,
In witness whereof, I hereto set my hand and official
seal on the day and year in this certificate first written above.
OFFICIAL SEAL
CHERYL SCIBILIA
NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Jan. 21, 1985
NOTARY P
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly organized and existing under the laws of
the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint:
ROBIN S.WESTFALL
its true and lawful Attorney(s)-in-Fact, with full 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 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 6th 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-in-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-in-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-in-
Fact shall be 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 be signed by
its duly authorized officers this Thirteenth day of MaY , 19 80 .
PANY OF THE WEST
President
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
On this Thirteenth Hay of MaV A.D., 13 80 , before the subscriber, a Notary Public of the State of California, in and for the
County of San Diego, duly commissioned and qualified, came KARL W. KOCH President, 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 acknowledged 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.
OFFICIAL SEAL
CAROLYN STONE
NOTARY PUBLIC • CALIFORNIA
Principal Office in San Diego County
My Commission Exp. April 15,1983
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
I, the undersigned,Richard S. King -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 30th
of
ICW CAL 37 (REV. 5/80)
BOND #392969
PERFORMANCE BOND
' KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 6572 adopted jlinp i&. 1981
has awarded to Scibilla 6 Sons . .
hereinafter designated as the "Principal", a contract for:
Paseo del Norte Sub-drains - Contract 1090
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents now on file in
the Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond for the faithful performance of said contract;
NOW, THEREFORE, WE, Scibilia & Sons ,
as Principal, hereinafter designated as the "Contractor", and
Insurance Company of the Wqst (
as Surety,
,%- are held and firmly bound unto the City of Carlsbad, in the sum
Of Eighty One Thousand Four Hundred Seventy Seven and no/100 --Dollars
($£1,^77.00 )» said sum being equal to 100 percent (100%) of
the estimated amount of the contract, to be paid to the said City
or its certain attorney, its successors and assigns; for which
payment, well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above-
bounden Contractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, con-
ditions 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 speci-
fied, and in all respects according tci their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, its officers and agents, as therein stipulated, then this
obligation shall become null and void; otherwise it shall regain
in full force and virtue.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition
(^ to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall not
affect its obligations on this bond, and it docs hereby waive
Page 17
notice of any change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions.
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 30th day of
JUNE , 19 81 .
(Notarial arV™w1»doiMn»ntSCIBILIA & SONS GENERAL ENGINEERING CONTRACTOR, INC.
of executi
PRINCIPALS
attached.)
of execution by ALL /; ,-. fseall
PRINCIPALS must be _ I /H, '7/H
Contractor
INSURANCE COMPANY OF THE WEST
C /O (seal)~'BY;
ROBIN S./WESTFALL, ATTORNEySaN-FACT
Surety
Attach acknowledgement of Attorney in Fact.
Attach Power of Attorney.
ACKNOWLEDGEMENT OF PRINCIPALS
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
On this 3rd day of July. 1981, before me personally
appeared, John M. Scibilia and John Scibilia, known to me to
be President, Secretary-Treasurer respectively of Scibilia and
Sons and acknowledged to me that they executed the within
instrument.
In witness whereof, I hereto set my hand and official
seal on the day and year in this certificate first written above.
OFFICIAL SEAL ;
CHERYL SCIBILIA i
NOTARY PUBLIC-CALIFORNIA i
PRINCIPAL OFFICE IN '<
SAN DIEGO COUNTY ;
My Commission Expires Jan. 21, 1985
Acknowledgement of Surety
State of California )
County of San Diego )
On this 30th day of
Robin S. Westfall"
June 1981 , before me personally appeared
_, known to me to be the Attorney-in-Fact——— j .•». iw»»i i v.w 11 iv. ov/ U/VT uiic n L. uu r r 1C j — 1 i
of Insurance Company of the West and acknowledged to me that s-he executed thewithin instrument.
In witness whereof, I hereto set my hand and official seal on the day and year in
this certificate first written above.
VyWWWWWWWWWVWWVWWOFFICIAL SEAL
CECILY M. GIPSON
NOTARY PUBLIC • CALIFORNIA
Principal Office In San Diego County
My Commission Exp. April 6.1984
ICW 315 (9/76)Notary Public
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly organized and existing under the laws of
the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint:
ROBINS. WESTFALL
its true and lawful Attorney(s)-in-Fact, with full 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 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 6th 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-in-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-in-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-in-
Fact shall be 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 be signed by
its duly authorized officers this Thirteenth day of May
PANY OF THE WEST
President
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
On this Thirteenth Hay of MaV A.D., 19 80 , before the subscriber, a Notary Public of the State of California, in and for the
County of San Diego, duly commissioned and qualified, came KARL W. KOCH President, 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 acknowledged 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.
OFFICIAL SEAL
CAROLYN STONE
NOTARY PUBLIC • CALIFORNIA
Principal Office in San Diego County
My Commission Exp. April 15.1983
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
I, the undersigned,Richard S. King -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.
Hay nf June 19 81
ICW CAL 37 (REV. 5/801
Page 18
GENERAL PROVISIONS
1. PJLans and Specifications .
The specifications for the work shall consist of the 1979
edition of the Standard Spec ificat ions .for Public Works
Construc tion (hereinatter"designated SSPWCT]as issued by
the Southern California Chapters of the American Public
Works Association, the City of Carlsbad supplement to the
SSPWG, the contract documents and the General and Special
Provisions attached thereto.
i
The Construction Plans consist of 5 sheet(s) designated
as City of Carlsbad Drawing No. 206-4- The standard draw-
ings utilized for this project.are the San Diego Area
Regional Standard Drawings (hereinafter designated SDRS)
as issued by the San Diego County Department of Transpor-
tation, together with the City of Carlsbad supplemental
Stadard Drawings. Copies of pertinent standard drawings
are enclosed with these documents.
2. Work to Be Done
The work to be done shall consist of furnishing all labor,
equipment and materials and performing all operations
necessary to complete the project work as shown on -he
project plans and as specified in the specifications.
3. Definitions and Intent
.A. Engineer: The word "Engineer" shall mean the City
Engineer or his approved representative.
B. Reference to Drawings^ Where the words "shown",
"indicated", "detaffed", "noted", "scheduled" or
words of similar import are used, it shall be under-
stood that reference is made to the plans accompany-
ing these provisions unless stated otherwise.
^' Directions: Where the 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 I7,ngineer" unless stated otherwise.
Page 19
I). " Equals and Approval s : 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 Engine.er is intended. .
E-. Perform and Provide: The word "perform" shall be
understood to mean that the Contractor, at her/his
expense, shall perform all operations, labor, tools
; and equipment, and further, including the furnishing
and installing of materials that .are indicated,
specified, or required to mean that the Contractor,
at her/his expense, shall furnish and install the
work, complete in place and ready to use, including
furnishing of necessary labor, materials, tools, equip-
' ment and transportation.
4. Codes and Standards
Standard specifications incorporated in the requirements
of the specifications by reference shall be those of the
latest edition at the time of receiving bids. It shall be
. understood that the manufacturers or producers of materials
so required either have such specifications available for
reference or are fully familiar with their requirements as
pertaining to their product or material.
5. Construction Schedule
A construction schedule is to be submitted by the Contrac-
tor per Section 6-1 of the SSPWC at the time of the pre-
construction conference.
Coordination with the respective utility company for re-
moval or relocation of conflicting utilities shall be
the responsibility of the Contractor.
The Contractor shall begin work after being duly notified
by an issuance of a "Notice to Proceed" and shall dili-
gently prosecute the work to completion within 3O con-
secutive calendar 'days from the date of receipt of said
"Notice to Proceed." . -
6. Nonconforming Work
The Contractor shall remove and replace any work not con-
forming to the plans or specifications upon written order
by the City Engineer. Any cost caused by.reason of this
nonconforming work shall be borne by the Contractor.
Page 20
Guarantee
All work shall be guaranteed for one 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 promptly by. the Contractor.
8. Manufacturer's Instructions
Where installation of work is required in accordance with
.the product manufacturer's directions, the Contractor
shall obtain and distribute the necessary copies of such
instructions, including two copies.to the City Engineer.
9. . Internal Combustion Engines " .
All internal combustion engines used in the construction
;• shall be equipped with mufflers in good repair when in use
on the project (with special attention to City Noise Con-
trol Ordinance No. 3109, Carlsbad Municipal Code, Chapter
8.48).
10. City Inspectors
All work shall be under the observation of a City Construc-
tion Inspector. Inspectors shall have free access to any
•or all parts of work at any time. Contractor shall furnish
inspectors with such information as may be necessary to
keep her/him fully informed regarding progress and manner
of work and character of materials. Inspection of work
shall not. relieve Contractor from any obligation to fulfill
this contract.
11. Provisions Required by Law Deemed Inserted
Each and every provision of law and clause required by law
to be inserted in this contract shall be deemed to be in-
serted herein and the contract shall be read and enforced
as though it were included herein, and, if through mistake
or otherwise any such provision is not inserted, or is not
correctly inserted, then upon application of either party
the contract shall forthwith be .physically amended to make
such insertion or correction.
12. Intent of Contract Documents
The Contractor, her/his subcontractors and materials
suppliers shall provide and install the work as indicated,
specified and implied by the contract documents. Any
items of work not indicated or specified, but which are
essential to the completion of the work, shall be provided
at the Contractor's expense to fulfill the intent of said
documents. In all instances throughout the life of the
contract, the City will be the interpreter of the intent of
Page 21
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 re-
lieve her/him of the responsibility of compliance.
13. Substitution of Materials
The proposal of the bidder shall be in strict conformity
with the drawings and specifications and based upon the
items indicated or specified. The Contractor may offer a
substitution for any material, apparatus, equipment or pro-
cess indicated or specified by patent or proprietary names
or by names of manufacturer which-she/he considers equal
• in every respect to those indicated -or specified. The
offer made in \vrr it ing, shall include'proof of the State
Fire Marshal's approval (if required), all necessary infor-
mation, specifications and data. If required, the Contrac-
tor, at her/his own expense, shall have the proposed
substitute, material, apparatus, equipment or process
tested as to its quality and strength, its physical, chemi-
cal or other characteristics, and its durability, finish,
or efficiency, by a testing laboratory as selected by the
City. If the substitute offered is not deemed to be .equal
to that so indicated or specified, then the Contractor
shall furnish, erect, or install the material, apparatus,
equipment or process indicated or specified. Such substi-
tution proposals shall be made prior to beginning of con-
struction, if possible, but in no case less than 10 days
prior to actual installation.
14. Record Drawings
The Contractor shall provide and keep up-to-date a
complete "as-built" record set of transparent sepias,
which shall be corrected daily and show every change
from the original drawings and specifications and the
exact "as-built" locations, sizes and kinds of equipment,
underground piping, valves, and all.other work not visible
at surface grade. Prints for this purpose may be obtained
from the City at cost. This set of drawings shall be kept
on the job and shall be used only as a record set and
shall be delivered to the Engineer on completion of the
work.
15. Permits
The general construction, electrical and plumbing permits
will be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees.
Page 22
*>
•"• ^* Quantities in the Schedule ...........
The quantities given in the schedule, for unit price items,
are for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and others
may be decreased or entirely eliminated; no claim shall
be made against the City for damage occasioned thereby or
for loss of anticipated profits, the Contractor being en-
titled only to compensation for the. actual work done at
the unit prices bid.
The City reserves and shall have the right, when confronted
with.unpredicted conditions, .unforeseen events, or emer-
••"•'• gencies, to increase or decrease the quantities of work to
be performed under a scheduled unit price item or to en-
tirely omit the performance thereof, and upon the decision
of the City to so do, the City Engineer will direct the
Contractor to proceed with the said work -as so modified.
If.an increase in the quantity of work so ordered should
result in a delay to the work, the Contractor will be
given an equivalent extention of time.
^^• 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 times, as required by the
conditions and progress of the work, all necessary safe-
guards for the protection of workers and public and shall
post danger signs warning against the hazards created by
such features of construction as protruding nails, hoists,
well holes and falling materials.
18. Water for Construction .
The Contractor shall obtain a construction meter for water
utilized during the .construction under this contract. The
Contractor shall contact the appropriate water agency for
requirements. Contractor shall include cost of water and
meter rental within appropriate items of proposal. No
separate payment will be made.
Page 23
Street Closures, Detours, Barricades
The Contractor shall not close any street within the
City of Carlsbad without first obtaining the approval
of the City Engineer. Barricading, traffic control,
and detour diagrams shall be submitted by the Contract-
or as required by the City Engineer. The Contractor's
attention is directed to the traffic control require-
ments of the Special Provisions.
The Contractor shall provide and install barricades,
delineator warning devices, and construction signs
in accordance with the Model Work Area Traffic Control
Handbook (WATCH) prepared by the Southern California
Chapter of the American Public Works Association.
During adverse weather or unusual traffic .or working
conditions, additional traffic devices shall be placed
as directed by the City Engineer. All traffic signs
and devices shall conform to the current State of
California, Department of Transportation, "Manual of
Warning Signs, Lights, and Devices for Use in Per-
formance of Work upon Highways", unless otherwise
approved by the City Engineer.
<" 'The Contractor shall provide and maintain 48 inch
high reflectorized cones at 20 feet on center with
ribbon along walkways of high pedestrian use, so
designated by the Engineer.
During paving operations barricades may be supple-
mented with minimum size 18 inch high traffic cones
and delineators such that spacing between barricades
and/or cones or delineators is no greater than 25
feet. At all access points such as intersecting
streets, alleys, and driveways, barricades and/or
cones shall be provided at 5 foot intervals so as
to prevent vehicular access to the paving area.
Where access from an intersecting street is' prohibited,
a "Road Closed" sign shall be provided at the nearest
prior intersection. "No Left Turn" signs shall be
•provided wherever required by the City Engineer.
When one-way access from a side street or alley is
permitted, barricades and cones shall be provided at
5_foot intervals for a distance of 50 feet on either
side of the centerline of the intersecting street or
alley.
Page 24
Should the Contractor fail to furnish a sufficient
number of traffic and/or pedestrian safety devices,
the City Engineer will place such necessary items
and the Contractor shall be liable to the City for
providing such devices in accordance with the follow-
ing provisions:
a. For placing of barricades - $5.00 per barricade
for the first day or any part thereof and $2.00
per barricade per day for each day thereafter
or any part thereof.
b. For flashers - $2.50 per flasher for the first
day-or any part thereof and $1.00 per flasher
per day for each day thereafter- or any part
thereof.
c. For traffic cones - $1.00 per cone for each
day or any part thereof.
d. In the event that the services of the City are
required between the hours of 6:00 p.m. and
7:00 a.m., during the normal week or at any
time on Saturday, Sunday, or a City holiday,
there shall be an additional charge to the
above set forth minimums of $25.00 for each
service trip required.
Judgment as to adequate or sufficient barricading
shall be that which is adequate or sufficient in the
opinion of the Engineer.
The Contractor shall relocate, preserve, and maintain
the \risibility of all existing signs within the project
limits which affect the flow of traffic, as directed
,by the City Engineer. Any signs which are damaged
or found to be missing during the course of construct-
ion shall be replaced by the Contractor at'his expense
as dij:ected by the City Engineer. All other signs
that interfere with the course of work and are not
necessary for the safe'flow of traffic will be removed
and replaced by the City. Traffic control signs in-
clude Stop Signs, Speed Limit, Parking Restrictions,
and other regulatory signs.
Page 25
CITY OF CARLSBAD
CONTRACT NO. 1090
SPECIAL PROVISIONS
1. Dust Control
The Contractor shall furnish a water supply vehicle on the job site. The
Contractor shall apply water in the amounts and at intervals as directed
by the Engineer. The water supply vehicle and an operator shall be avail-
able upon a reasonable notice as determined by the Engineer for after hour,
weekend, or holiday dust control work. If the Contractor is not available
for dust control measures, the City may arrange for the work to be per-
formed by others and will deduct all equipment, labor and material costs
thereof from the contract amount. The Contractor shall furnish a street
sweeper vehicle on the job site and shall sweep areas as directed by the
Engineer. All costs involved for dust control, including supplying and
operating water supply vehicles and street sweepers, shall be absorbed in
other items of work.
2. Traffic Control
Traffic control shall be the responsibility of the Contractor.
The Contractor shall maintain at least one lane of traffic in each direc-
tion during all phases of the construction operation. On Saturday, Sunday
and designated legal holidays and when construction operations are not
actively in progress on working days, the Contractor shall maintain all
travel lanes of the roadway. Any deviations of these requirements shall
be approved by the Engineer.
The Contractor shall insure that public vehicular access to the businesses
along the construction site is to be maintained at all times, unless spe-
cific written permission to the contrary is obtained from the property
owners.
All costs related to the installation, maintenance and removal of traffic
provisions shall be considered as included in the prices paid for the
various contract items and no additional payment will be made therefor.
3. Pub!ic Noticing
"No Parking" Signs; The City will provide the Contractor with "No Parking
by Order of Police Department" signs for use in posting streets in advance
of the work. Signs shall be placed at least 2A hours prior to commencement
of work by the Contractor at intervals of no more than 100 feet on both
sides of the block affected by the work.
Page 26
Tow-away of any vehicles in violation of the "No Parking" signs will be
handled by the Carlsbad Police Department. The City assumes no liability
in connection with movement of vehicles by the Contractor.
Temporary signing shall be removed as soon as the streets are ready to
receive traffic and turned over to the Engineer.
Notice to Affected Property Owners and Business: The Contractor shall
provide the Engineer with sufficient notice so that affected property owners
can be notified in advance of start-up and of changes in Contractor's op-
erations affecting property owners' businesses.
Payment: Payment for the placement of the "No Parking" signs and noticing
shall be considered included in the bid prices paid for the various items
of work and no additional payment will be made therefor
k. Use of Pavement Saws
The asphalt pavement shall be saw cut at all join locations as directed by
the public works inspector.
Payment for all saw cuts shall be considered included in the cost of the
various items of work and no additional payment will be made therefor.
5- Pavement Removal
Asphalt removals shall be done in accordance with Section 300-1 of the
SSPWC. All asphalt removed shall become the responsibility of the Con-
tractor. Asphalt disposals shall be done at a legal site.
Payment for asphalt removal and disposal shall be considered included in
the costs for the asphalt concrete and no additional payment will be
made therefor.
6. Trenches and Trench Materials
All trenches shall conform to the requirements of Section 306 of the SSPWC
and to these special provisions.
Backfill excavations as construction operations permit, but not before all
work to be covered has been inspected and approved by the public works in-
spector.
Backfill material shall be freely-draining 3A" maximum, crushed miscellane
ous base, with no more than one-percent passing the #30 sieve. Backfill
compaction shall be a minimum 30% of maximum dry density.
Backfill material shall be submitted to the Engineer for approval prior to
placement.
Payment for the trenching and supplying and placement of the backfill ma-
terial shall be considered included in the unit price bid for drain pipe
and no additional payment will be made therefor. Such payment includes
base material under surface of replacement A.C.
Page 27
7. Installation of Drain Pjpes
All plastic drain pipes and their connections shall conform to the
requirements of Section 207-16 of the SSPWC and to these special
provisions.
All perforated drain pipe shall be 4" SDR 25. All collector drain
pipes shall be 4" SDR 35 without perforations, as shown on the plan.
Pipe shall be joined with a solvent cement joint as specified in
Section 207-16.3.3.
Pipe connections to concrete pipes shall be completely sealed with
mortar in a manner acceptable to the public works inspector.
Payment for the perforated drain pipes, including pipe connections,
trenching and backfill and filter fabric, shall be considered in-
cluded in the unit price bid for this item and no additional payment
will be made therefor.
Payment for the collector drain pipe, including pipe connections,
trenching and backfill, shall be considered included in the unit
price bid for this item and no additional payment will be made
therefor.
8. Filter Fabric
Filter fabric shall be placed in the trench prior to placement of
oioe in the trench. The contractor may, with the approval of the En-
gineer, substitute a pre-made product Kith the appropriate filter
characteristics.
Payment for the filter cloth placed in trench shall be considered
in tne unit price bid for the perforated pipe and no additional pay-
ment will be made therefor.
9. Asphalt Concrete
Asphalt concrete shall be Type 1-B-AR 4000 and shall conform to the
requirements of Sections 203 and 302 of the SSPWC and to these special
provisions.
Prior to placement of asphalt surfacing, the base material shall be
smoothed to a uniform surface as approved by the public works inspector.
A prime coat shall be applied to the surface of the aggregate base at
the rate of 0.25 gal/sy. The prime coat shall be grade SC 250.
A tack coat shall be applied on abutting concrete surface and along
the saw cut line at the rate of 0.10 gal/sy. The tack coat shall be
Type SSI asphaltic emulsion.
Page 23
Compensation for the asphalt concrete paving, including asphalt and concrete
removals, smoothing the base, and prime and tack coats, shall be included in
the base price for this item and no additional compensation will be made
therefor.
>
10. Slurry Seal
The slurry mixture and application shall conform to the following:
Emulsion Properties
Viscosity @ 77°F., Saybolt-Furol
Residue by Distillation
Sieve Test, Retained on 20 mesh
Particle Charge, Electroplate
Residue Properties
Penetration @ 77°F.
Solubility in Trichlorethylene
Ductility @ 77°F.
Test Reports and Certification
ASTM Limits
D-2kk
D-2kk
20-100 Sec.
571 Min.
0.10% Max.
All Negative/All Positive
D-5 40-110 Sec.
D-165 97-5% Min.
D-113 40 cm Min.
At the time of delivery of each shipment of asphalt the vendor supplying
the material will deliver to the purchaser certified copies of the test
report. The test report shall indicate the name of the vendor, type and
grade of asphalt delivered, date and point of delivery, quantity delivered,
delivery ticket number, purchase order number and results of the specified
tests. The test report, signed by an authorized representative of the
vendor, shall certify that the product delivered conforms to the specifi-
cations for the type and grade indicated. The certified test reports and
the testing required in connection with the reports shall be at no cost
to the Cif,.
Until the certified test reports and samples of the material have been
checked by the City Engineer to determine their conformity with the pre-
scribed requirements, the material to which such report relates and any
work in which it may have been incorporated as an integral component will
be only tentatively accepted by the City. Final acceptance will be de-
pendent upon the determination of the City Engineer that the material
involved fulfills the prescribed requirements.
Accel erator/Retardant
Portland cement shall be used as the accelerator. The amount to be
included in the slurry mix shall be that amount necessary to insure the
applied slurry mix can support vehicular traffic within 60 minutes after
the last application. No ammonium sulfate shall be used as a retardant
in cationic mixtures. Any retardant used shall be approved by the City
Engineer. • . .
Mineral Aggregate.
The mineral aggregate shall consist of rock dust which is a product of
crushing rock or gravel. The aggregate shall have a minimum sand equiva-
lent of 45.
The grading of the mineral aggregate shall conform to the following:
100
95
65
26
10
6
•* •_ •—
100
. 85
44
26
12
Page 29
Sieve Size Percentage Passing Sieves
Sieve Size Minimum Maximum
* *8
16
30
50
100
200
Wa.ter
Water from any domestic supply will be satisfactory and can be obtained
from the City supply, but the contractor must obtain a meter. Sufficient
water must be used to obtain a mix consistency that is smooth and homogeneous
and does not segregate on standing.
Slurry Mixing Equipment and Operation
The spreader box shall be equipped with flexibje material in contact with
the pavement and shall be maintained so as to prevent loss of slurry. It
shall be adjustable to assure a uniform, controlled spread and shall be
equipped with suitable drags to erase ridges. It shall be a mechanical
or hydraulic type equipped with a stirring device.
Hand squeegees and other hand equipment shall be provided to perform the
work, remove spillage, and to spread slurry in areas inaccessible to the
spreader box.
Applicat ion
Slurry seal shall not be placed when atmospheric temperature is below
50°F. or during unsuitable weather. Prior to applying slurry seal the
contractor will clean surface with power sweeper. Application shall
consist of mixing asphaltic emulsion, aggregate, accelerator and water,
and spreading the mixture on the pavement where shown on the plans. Rate
of application shall be between 9~12 Ibs. (dry weight) aggregate per square
yard slurry seal, the exact weight to be determined by the City Engineer.
The slurry mix shall be made up of the following quantities (as determined
by the City Engineer):
Aggregate (dry weight) 2,000 Ibs.
Emulsion by weight to dry aggregate M% to 22%
Accelerator by weight to dry aggregate 0.10% to 1.5%
Water 15 to 25 gals.
Evidence of solidification of the asphalt, balling or lumping of the aggre-
gates, or the presence of uncoated aggregates shall be cause for rejection
of the mixture. The contractor shall at the direction of the City Engineer
repair and reseal all areas of the streets which have not been sealed pro-
perly and completely. The contractor shall exercise care to prevent slurry
from being deposited on concrete surfaces. The contractor shall remove
slurry from surfaces not designated to be sealed other than aspahlt con-
crete surfaces. The method of slurry removal shall be approved by the City
Engineer. For additional specifications, refer to Sections 203-5 and 302-^
of the 1979 edition of SSPWC.
Page 30
Public convenience measures and traffic control shall conform to Sec-
tion 302-4.*» of the SSPWC.
Measurement and Payment
Slurry shall be paid for at the contract price per ton. The quantity
will be determined by the tonnage of dry aggregate used only in the mix-
ture of slurry. The contract unit price paid per ton shall include full
compensation for furnishing aggregate, emulsion, accelerator, water, all
labor, tools, equipment and incidentals, and for doing all the work in-
volved in furnishing and applying the slurry complete in place as shown
on the plans and as specified in these specifications.
11. Cleanup
Upon completion of construct ion and before final acceptance, the contractor
shall remove all rubbish, trash and debris from the site resulting from
the operation. The site shall be left in a neat and clean condition ac-
ceptable to the Engineer.