Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reso 1968-4790
./ Form No, 312 Rev 8-67 RESOLUTION NO~ 4790 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS AND AWARDING CONTRACT FOR GRADE REVISION ON BROADWAY, SOUTH OF "L" STREET, AND AUTHORIZING THE MAYOR TO EXECUTE SAID CONTRACT The City Council of the City of Chula Vista does hereby resolve as follows: WHEREAS, the following 3 bids were received and opened at 11:00 a.m. on the 5th day of June , 1968 in the Office of the Director of Public Works of the City of Chula Vista for grade revision on Broadway, between "L" Street and Arizona Street Griffith Company $5,646.00 R. E. Hazard Contracting Co. 5,971.00 Ferry Brothers Construction Co. 6,369.00 and WHEREAS, it has been recommended that said contract be awarded to res onsible bidder Griffith Com an who has assured the City that he is a license Contra "tnr in the State of California and can produce an acceptable performance bond. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Chula Vista does hereby accept said 3 bids, and does hereby award the contract for said grade revision on Broadway, to Griffith Company ~ ~ ~"~~~ to be completed in accordance with the specifications as approved by the Director of Public Works of the City of Chula Vista- BE IT FURTHER RESOLVED that the Mayor of the City of Chula Vista be, and he is hereby authorized and directed to execute said contract for and on behalf of the City of Chula Vista. Presente by Approved as to form by 'ti%i Lane F. Cole, Director o blic George Lindberg, City Atto y Works -1- State of C&lifOI'niz~ County of ]jps ~~]., ~ ss: On Jun@ 17, 1968 ,before me, a Notary Public ir, and for said County and State, residing therein, duly commissioned and sworn, personally appeared known to me to be Attorney-in-Fact of ~ ~ ~+~ ~, + +' ii . <, a :; li' ~4~ 1 the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. 1"-`.91111!1IN11011111/11111111111111110111111/11111/10ttl ~. i sE":.~` ~~ OrFICIAL SEAL 3 ~~ MARY S. BYBEE -~-E--- My Commission Expires -- ~!_ NOT.41tY r'UBLIC ~ ~'A~IfORNIA Notary Public / PRIN.~I'-4L OrF.C~ IN _ '1 3602 1 2-6-66 r nci ;~ rnuNTV ~''~ ~ Y , c^,, ~':oc ~., I n. 14, 1972 ~ ~ ~' ~ /~ ~~ .. - ... ..... ~ . .. ........, r EtlilY7tli~ ,~ ~~g~ ADOPTED AT'D APPROVED by the CITY COLS?CIL of the CITE (?F C'_~ULH j~ISI'ti CALIFORNIA, this 11th day of June , 1968 by the ollr-~~7in~ vote, t0-Wlt: AYES: Councilmen Sylvester, Hamilton, Scott, McAllister NAYF.S: Councilmen None ABSENT: Councilren McCorquodale Mayor/ of the City of Chula. V~.ta pro tem ATTEST ~`~ _ - - ~ ~~~ - ~ GLctc E -City Clerk STATE OF CALIFORNIA ) CO~JidTY OF SAPS DIEGO ) ss e CITY OF CHULA VISTA ) I, KENNETH p. CAMPBELL, City Clerk of the City of Chula Vista, Cal.iro~~nia, DO HERF,BY CERTIFY that the above and foregoing is a full, true and correct ron~; ~~r and that the same has not been a ;.ended or r2nealed. DATED ; City Cleric - -~ - ' ~ - ~ ;~" ~ ~,,. .>. ~ s e ta~~.r r~;~ ..w ~ ~~~ .'u~Y- ta~@,1~~~. ,~.~:~? . . ~ ,~. J'~ s~},~7i~e s3?~.` i' s~:.~ 1 Pf:4",":. .. ' n + .. .. ^$ ~,<'tl .~4.3' :.~ky~~ ~' `~nt.A:,K:~ °l: 'a'_ i C;(~:5; nr_ .~ ...c-, .... ~~'" , 4. i !4 ~ . .. f {~. .. ,., w. S :;ay,~ o+.. ~. ~ . f r ' ~~ / "% 1 t~ / ~ ~, l ~- -. .,,,r ~ ~ ~ ,~ GAS TAX PROJECT NO. 104 SPECIFICATIONS FOR GRADE REVISION ON BROADL~~AY BETWEEN "L" STREET AND ARIZONA STREET IN THE CITY OF CHULA VISTA, CALIFORNIA CITY OF CN.ULA VIST~~ STATE, GF CALIFOi2~?IF: NGTICE TG CGNTRACTGP.S SEALED PP.OPOSALS will be received at the office of the ity Engineer, City of Chula Vista, until __ ' p~ A. Ni. on y~~~,,/~ at which time they wil? be publ.iciy opened and read for P forming work as follows; The construction of. structural street paving section and application of paving overlay upon Brcadwa~.~ between "L" Street and Arizona Street in the City of Chula Vista, County of San Diego, California. Said project is known as Cas i'ax Project No. 104. No bid will be received unless it is mccie on a Proposal Form furnished by the City Engineer. Each bi_d must be accompanied by cash,, certified check, cashier's check, or bidder's bond, made pGyable to the City of Chula Vista, for an amount equal to at least ten percent (~1C~o) of the amount bi.d, such Guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract, In accordance with the Provisions of Sections 1770 and 1781 of. the Labor Code, the City Council has ascertained the general prevailing rate of wages applicable to the work to be done as follows; CLASSIF:LCATIO~I PER HC,,,,t PER DIEM LABORERS (Hsalth and Welfare - ?.5 cents) 5/1/68 Laborers, General or Construction ...... 4.225 33.80 Operators and Tenders of Pneumatic & Electric Tools, Vibrating Machines, & similar mechanical tools rot separately classified herein ......... 4.435 35.48 Asphalt P.aker, Ironer, Spreader ...o.... 4.435 35.48 Fine Grader on Highways, Streets, and Airport paving (also on sewer and drainage lines when employed) .,...... 4.325 34.60 Flagrnan ................................ 4.255 34.04 Foreman shall be paid not less than 30 cents per hour more t'nan the hourly rate of the highest classificat.ior_ over which he has supervision. ~~ - ; ,-~ . /i ~~ j ~7~ CLASSIFICATION PER UTEI~i OPERATING FN~~Iiy'EERS (Health and Welfare - 30 cents) {Pension - 60 cents) Asphalt or Concrete Spreading t~'iechanical tamping or finishing machine operator.. Engj.neer - Oiler and signalman .,.,,,,,,». Heav~,> Duty Repairman's helper. .,.,....».. Equipment Greaser ....................... Pavement Breaker Operator .....».,.,..... Posher Sweeper Operator .,..........<..... Roller Operator .........»..»..»»»....... Skiploader - ~wneeltype, over 3/4 yds., up to and incJ_uding 1-1/2 yds ., . ~ ........ . Tractor Operator ........................ Grade-Ail Cperator ...~.......»..».,._.,., Motor Patro? Oz~erator .»,..,».».,»..,»,.. FER HOUR /l/b8 5.46 43.b8 4.68 37.44 4.92 39.3b 5.2~ 42,16 5.46 43.b8 5.27 42.16 5.46 43.68 5.46 43.68 5.46 43.68 ..5.56 44.48 5.46 43.68 Foreman shall be paid 35 cents per hour over tt~e hourly rate of the highest Operating Engineer's classification under his direction. TRUCK DRIVERS (Health and V~elfare - 2C 5/1/58 ~~ cents} Dump Truck Drivers - Level Capacity Less than 8 yards .............,....... 4.84 38.72 8 yarc;s, but less than l2 yards .. , ...... 4.39 39.12 12 yards, boat less than 15 yards ........ 4,97 39.76 lb yards, 'nut less t'nan 25 yards .,.».... 5.19 41.52 Dump Trucks or Flat Bed Trucks 2 axles .................»».».......... 4.84 38.72 3 axles .».....»................,.».... 4.89 39.12 3 axles, semi ......» .................. 4.97 39.76 Low bed truck and trailer ............. 5.19 41,52 Water Truck Drivers Under 2500 gallons ..».....»,...,.....» 4.87 38.96 2500 to 4000 gallons .............<.... 4.99 39.92 4000 gallons and over ................» 5.1.`1 40.88 Tireman ............................... ~.37 42.96 Road Oil Spreader ..................... 4.9 39,92 Truck Greaser ..» ..............»......... 5.27 42.16 Foreman: ."s0 cents per hour ada~.tion over ~~he iiig,zeJt classification supervised. No bid `rill be accepted from a contractor. ~T'_?<; ~;.as not been licensed in accordance with the provisions of Char-te:~ 9, T1ivision 3 of the Business and Professions Code. ~~ ~ ~ ~ ~ ~ -~C .~ J;; :~ Plans, forms of proposals, bonr3s, contract, special provisions and specifications may be examined at the office of the City Engineer, Room 117, Civic Center, Chula Vista, California. Copies of plans and specifications may b` obtaiz~t~d at said office upon payment of Y ~. Oa . If payment is to bey m~;:e by check, it should be made payable to the "City of Chula V?_sta". NO REF[J1VD 'vJILL BE MADE. The .special attention of prospective bidders is called to Section 2, Proposal, Rerluirements, and Conditions for instructions regarding bidding. The City Council reserves the right to reject anY~ and all bids and to waive any irregularity or informality in any bid to t'ne extent permitted by law, CITY OF CH<TLA VISTA Lanz F. Caie Director of Pi:blic Works DATED; ~..~ /S~ ~~ 17Rf1S~t"1CA'f. To The Honorable Nlayor and City Council City of Chula Vista, California The undersigned declares that he has carefully examined the plans and specifications "FOR GRADE REVISION ON BROADWAY BETWEEN "L" STREET Ai1D ARIZONA STREET" and treat he has examined the loc::tiori of the proposed work and read the accompanying i:istructior_ to bidders, and heraby proposes to furnish all materials, and do all the work required to complete the said work in accordance with said plans, specifications, and special provisior_s, for the unit price or lump sum set forth in the following schedule„ APPRQXI.I~ZATE ITENIS 1n7II'I: UNIT PRICE PRICE IN ITEM QUANTITIES ThTRITZ'Eiv IN T,80RDS FIC-,URES TOTP.L 1 LUMP SUM. Earthwork (approximately 55 C.Y. excavatior~l Three hundred twenty- five dollars $ 325.00 y325.00 (Per lump sum) (lump sum) 2 500 'I'ONS Aggregate Base Three and 10/100 dollars $ 3.10 (Per ton) ~ (ton) 3 4 $1,550.00 420 TONS A.C. Surfacing Six and 75/100 dollars $6.75 _ $2,835.00 (Per ton) (ton) 360 S. Y. Type "B" Seal Coat Twenty-six cents only $ 0.26 ~ 936.00 (per square yard) (S.y,) GRAND TOTAL $5,646.00 ., ~~ p~ CDOSa l ~ C'.ox t:.i:ued ~ The undersig:~ed further agrees that in cap-e of default in executing the req~.iire~3 r_ontract, ~~rith r_ecessarv 'cords, ~'+~iti',i:7 the ten (10) days not iL.cl~ading Sunday, after ilavi,'tc received notice that the contract is ready for signature, the proceeds of the check or bond .accompanying hill bid shad become the prcE::nrty of tine City of Chuia Vista. Licensed in accordance with an ~'~ct prcviding for t~se regis- tration of Contractors, License i~'o. ~^or.tractor' s State License Classification o Signature of bidder: {if an individual, sa state. if a firm or copartnership, state the firm name and give the names of all individuals, copar~ners com- posing the firm. I` a corporation, also names of ~rz:~ident., Secretary, Treasurer a~<d ,tiianager thereof, and affi:c the Corporate Seal thereto.} Dated : 19 {Business address) ,-~ .- ~~_.~ri ~;'~;~~. BIDDE?.S BOND TO ACCOMPANY PROrOSAL KiIOT~~T ALL MEN BY THESE PRESENTS , That I/We as Principal, and as Surety, are held and firmly bound unto the City of Chula Vista in the sum of ($ ), to be paid to the said City or its attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors ar~d administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THiS OBLIGATION IS SUCH: the construction of structural street paving section and application of paving overlay upon Broadway between "L" Street and Arizona Street in the City of Chula Vista, County San Diego, California. Raid project i~a known as Gas Tax Project No. 104. dated is accepted by the City of Chula Vista, and if the above bounden his heirs, executors, admini- strators, successors and assigr_s, shall duly enter into and execute a contract for suc~i construction and shall execute and deliver the two bonds described, on or before the date specified in the "Notice of Award", which date shall be not less than ten (10) days (not in- eluding Sunday), from tha date of the mailing of a notice to the above bounden by and from the City of Chula Vista that said contract is ready for execution, then this o'oligation shall become null and void, otherwise it shall be and remain in fall force and virtue. IN WITNESS WHEREOF', I/TiVe hereunder set our hands and seals this day of 19 APPRO E TO FORb1: r ~ _ ~~ City Attorney ~~~, ,,. AFFIU.~.VIT TO ACCOivlPA*J~I PROPOSAL USE THIS FOFi:: 4~-iEN BIDDER IS A?`7 II~IDIVI~UAL STATE OF CALIFORNIA ) SS. COUNTY OF SA~7 DIEGO ) NAME) affiant, being first duly sworn, deposes and says; that he is the bidder who makes the acco:npanvir_g proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any persor_ not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corpo-~ ration to refrain fro: bidding, and that the bidder has not in aaZy manner sought by collusion to secure for himself an advantage over any other bidder. Subscribed and sworn to before me This day of 19 (Signature) Notary Public in and for the County of State of AFFIDAVIT - CONTINL~D 'USE THIS FORi+rI Wc~E:~tiT BIDDER IS A CO-PART~7ERSHIP STATE Or CALIF4RNI:~ ) SS. COUNTY OF SAN DIEGO ) Affiant (s), being `first daly sworn, each for himselr deposes and says: That (Names of all Partners) are partners, doing business under the firm naTe and st~Jle ~~ti (Name of Firm) and that said co-partnership makes the accompanying proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person. not therein named, and that tine bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the bidder has not in any manner sought by collusion to secure for himself an advantage over any other bidder. Subscribed and sworn to before me This day of 19 r7otary Public in and for the County of State of .~ ~ ;, /~~~- t' AFFIDAVIT - CONTINiJED USE THIS FGRM WHEt7 BIDDEP. IS A COi~POP,ATI.0~3 STATE OF' CALIFORNIA ) SS. COLNTY OF SAN DIEGO ) affiant, the President, Secretary of or Mgr. Of cr. Name of Corporation the corporation who makes the accompanying proposal, having first been duly sworn, deposes and says: that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that t,1e bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the bidder has not in any manner sought by collusion to secure for itself an advantage over any other bidder. Subscribed and sworn to before me This day of 19 Notary Public in and for the County of State of (Signature) President, Secretary or Managing Officer f ~~~(%j, Executed in Triplicate Bond No. SCR-7 069 35~+ Premium: ~3~+'.00 BOND Fi~R rAlT~ir UL PERT OsZti~IVCE KNOt+V ALL MEN BY T"tiESE Pr'2i,.~,EivTS, 'T:zat ~` W~ GRIFFITH COMPANY the Contractor in the contract hereto annexed, as prin:.i~al and THE AMERICAN INSURANCE COMPANY as Surety, are reld and firmly bound unto the CITY OF CHULR VISTA, a Municipal Corporation, located ir_ San Diego ij ive-`y'neusa.nd.-~~~i_x- ru,r~dred-r~crty- County, California, in the suir, of ;;i dollars and ~`io/100 - - - - - - t$5,6j~6.C0 ) lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. Signed, sealed and dated _ June 1 j, 1~;6G ThQ condition of the abovo obligation is that is said prircipa 1, as Contractor in the contract hereto anrex,d, shah faithfully perform each and all of the conditions of ss.id contract to be perfori~nd by him, and shall furnish all tools, ecruipment, apparatus, facilities, transportation, labor and material, other tran material, if any, agreed to be furnished by the City necessary to perform and complete in a good and wor.smanlike manner, the work of: tho conetructi®n of structural street section and application of paving overlay upon Hroadway between "L" Street and Arisona Street in the City of Chula Vista. Said projeet is kncavn as Gas Tax Project Ifo. 1Q4. in strict conformity with the terms ar~d conditions set forth in the contract horeto annexed, and s:~all pay or cause to be paid, nll persons who perform labor for, or furnish materials to said Contractor, or to any subcontractor in the execution of the said contract, t'r~en this obligation shall be null and void, otherwise to re~r.air. in full force and effect; and the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or ac;dition to the terms of the contract or to the work to be pQrforrned ther=~undFr, or the specifications accompanying the same, shall ir'1 an-,r Z.pi s;~ affect its obligations on this bond, and it does hereby wave native o* any such change, extension of time, alteration er addit~or_ to the terms of the contract or to the wor,a; or to the spec~_fications, GRIFFITH COMPANY _ ~~T~ INSURANCE COMPA~ty _r. . Po«cF=~-~ VICE-PRESIDERIT B. on, orney in ac "'- Coraractor Suret APPROVED AS TO FOFZ.'~ ~~ -.~~ ~ti ,- ~ ,~,~.~ ~, City Attorney ,~ State of +~lifOi'TliB~ County of ]jpg ~gl gss: On J13Ile! 17) 196 ,before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared ~ - -._ a ." ; i :: 4 hnP~l"° `_ -rsrpE known to me to be Attorney-in-Fact of ~i~ t~~"`<~`~' '`'' "..` '"`~ '1 ~` the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. 1111/111111111111/111/111111/111111111/1111111111111111/1111 ;~. g`"` ~~F OFFICIAL SEAL ~f My Commission Expires " sP MARY S. BYE3E ~~ / 1-~~ -F~- •- ~~" ~ NOTgi2Y F•UEiLIC - rn~IFORNIA Olary Pllbllc _ PF'INCI^AL OrFIC~ IN ~_ 3602 1 2-6-66 ,r nN ; i i~r~Tv My~ornml s~.~ ~. i.:,.. 137? ~ !~'/_ ~ ~~~J illo~c..ez.r:~k+e.. uc:~t;t e ;. ,..san~aai/lli /~ (~- ~ ~ ~~~ . .Bond No. SCR-7 ~9 35~+a ' - Premium charged included in BOND FOR MATERIAL AND LABOR charge for Performance Bond ~eecuted in Triplicate KNObd ALL i~IEN BY THESE PRESENTS, That ~~e GRIFFITH COMPANY the Contractor in the contract hereto annexed, as Principal, and THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the CITY OF CHU.T_A VLSTA, a Municipal Corporation., located in San Diego County, California, Two- i'hcusand-Eight-Hundred-`.~wenty- in the sum of Thrce dollars and ~0/100 - - - - - - ($ x,823.00 ) lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. Signed, sealed ar.d dated June 17, 1;68 The condition of the above obligation is that if said Principal as Contractor in the contract ~:ereto anr_exed, or his or its subcontractor, fails to pay for any material, provisions, provender, or ether supplies, or teams used ire, upon, for, or about the pzrformance o.f. the ~rork contracted to be done by said Contractor, namely, to furnish ~~11 tools, equipment, apparatus, facilities, transportation, labor, and material, other than materials, if any, agreed to be furnished by the City, necessary to perform and complete, and to r~erforin and complete in a good and workmanlike manner, t~^.e work of : ~ t?~e ^_can~+~ruction a~ atra~c~kura~l ~tr~ree eir~q aseoti~-n arm a~pli~tio~ Qf p~vir~ a~ex~.~y urn by hetw~~r~ '~~'," ~tr~+~t er,~~ .~.rozaa~ 8t~~~io .ir t~~ Ciiy c~~ C'~ulr~ V9.~rta, C'~unty of ~m Di~ga-. ~d prcaject ia~ktivwta a~.Ga~ ~x in strict conformance with the terms and conditions set forth in the contract hereto annexed, or for an~T work or labor dor_e then=son of any kind, said Surety will pay the same in an amount not exceeding the sum hereinabove set forth, and also in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the courts. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under ar: by virtue of the pro- visions of an act of the Legislature of the State of California entitled "An Act to Secure the Pa, ~~ ent of the C1<u.i~;s o~ Pers7:~s Employed by Contractors upon Public '~,'orks, anca tn~~ Claa.n;~ of Pc.~s:~~} who Furnish Nlaterials, Supplies, Teams, Ir{pler^enty, or ~iac~:ir~ery used or consumed by such Contractors in the P2ri~cL,ar.c~~ :~>~ . ~~•c : ta~orkN, a~1u Prescribing the Duties ~of Certain Public Oific~~r~ -a~~r ~. ,,r~__~p~sc~: ~~~h-r _a~~o," approved May 10, 1918, amended; and ti-,2 said Sure~y, z=r~r value received, hereby stipulates and agrees that no change, GYtens~.:~.: cf time, alter- ation, or addition to the terms of the contract or ~.:~ ~r:e work to bo performed thereunder or the specifications acco~ranyi..~1 the same shall in any way affect its obligations on t'nis bcr~d, and it doss hereby waive notice of any such changes, extension of tim,=, a~teration or addition to the terms of the contract or to t~:2 WOrk or to the speci- fications.GRIFF[TH C©MPAN4' THE INSURANCE COMPANY ~,, ~ , z-fig 1. F. PORCHER Air l~ .. Con ctor ENT re B. Bolton, Attorney in Fact APPROVED AS TO FORA. ~ ~. City Attorney ? , - ~-/ ~~.. (T'his affidavit shall be executed by the successful bidder in accordance with instructions in the proposal Requirements of this contract, but bidder may execute the affidavit on this page at the time of submitting his bid). NON-COLLUSION AFFIDAVIT To the City of Chula Vista, Department of Public Works, Division of Enginee?'ing; The undersigned, in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding and has not accepted any deposit from any sub- contractor or materialman through any bid depository, the by-laws, rules and regulations of which prohibit or prevent the Contractor from considering any bid from any sub- contractor or materialman, which is not processed through said bid depository, or whic'n prevent any sub-contractor or materialman from bidding to any contractor who does not use the facilities or accept bids from or through such bid depository in connection with this contract. 1311 Ulric Street San ~ie~o, Californ is 92103 Business Address 2921 Illinois Avenue South Gate, California X0280 Place of Residence GRIFFITH COMPANY i'' ~ ~_~~ ~~ 1. F. PORCHER Sig ure of bidder VECE-PRESIDE?+:T Subscribed and sworn to before me this 17th day of June , 19~_. Notary Public in and for the County of Los An~,eles State of California. -~ E~S4 E3ERGSTROM ~ :~ (v0T _ V~i?LIC - CAU~UkNI~ ~ FK~ ~aPA crricE ~N ~_ Notary Public ~~ls~~. Ber•gstrcm My Commission Exr~~res August 2f, 197, CONTP,ACT This Contract, mace and entered into this ~. `fj< day of ,~ ~~~1f , 19~, by and between the City of Chula *,Iista, a charter city, State of California; hereinafter called the "Owner" and -~ GRIFFITH COMPANY hereinafter called t;`~e "Contractor"; WITNESSETi-i That the Owner and the Contractor for the consideration, hereinafter named, agree as follows: 1. The complete Contract incl'ades all of the Contract Documents as if set forth in full herein, to wit: The Advertisement for Bids; tre Proposal; the Accepted Bid; the Affidavit to Accompany Proposal; the Faithful Performance Bond; the Labor and Material Bond; the Plans and Specifications; Standard Specifications of the City of Chula Vista; this Contract and all addenda setting forth any modifications or interpretations of any of said Documents. 2. The Contractor will furnish all materials except as otherT.aise provided in the Specifications or on the Plans and will perform all the work for; the construction of structural street paving section and application of paving overlay upon Broadway between "L" Street and Arizona Street in the City of Chula Vista, County of San Diego. Said project is known as Gas'Tax Project No. 104. All of the above work is on City property, and under the directions of the Engineer or other official designated by the Owner to supervise said wor',~, all as provided in and subject to the Contract Documents. 3'. 'The O~finer will pay the Contractor in current funds for the per- formance of the Contract on the basis of the accepted unit prices and the actual measured quantities of work done at such times as are stated in the Specifications, and will otherwise fulfi:Li its obligations thereunder. 4. All time limits stated in the Contract Documents are of the essence of this Contract. f~ _ ~~,~~~~~ 1.i~ ~V S.i'~EJ:.> ~ a1:_ ~,,. ~ _i~ ~O~? ~ Y 10,`r', ~.GLE ~f` icl': c ~~:-'CU ~Er~ ?:.:15 COr-i- r ~ L,~- _, ; ~ . , ~.1~ Gd' di)."": ~~c.3.T. L1.':':~"C ~bC.iZiG: Wi1.'LGCYl. k OcR :L ~~'1'~' . FOF, THE CONTRACTi:).-t a GRIFFITH COMPANS~' ~ ,v' / ~.l. F. PORCHER VICE-PRESID T~P ~ i ,~ .?_. r'_v~Fs"~~~ C?~=: _. '~' -vrtc:.'~. ~ '-1~'u`~^- C'~}Sia .L?1@C~ -, c.:~ ~:~z i,~ .._ _.-_ ~~x~', ~~~~ -.,..._ _ _ 1' ~~~~G , TABLE OF CONTENTS Section Title Page 1 Proposal Requirements and Conditions 1 2 Legal Relations 4 3 Prosecution and Progress 6 4 Quantities, Measurement and Payment 10 5 Special Provisions 13 '~ SECTION 1 PROPOSAL REQUIREi~iENTS AND CONDITIONS 1-01. EXAMINATION OF PLANS, SPECIFICAThONS, SPECIAL PROVISIONS AND SITE OF WORK: ' The bidder is required to examine carefully t"rye site of and the proposal, plans, specifications, and contract forms for the work contemplated, and it will be assumed thzt the bidder has investi- gated and is satisfied as t'o the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. 1-02. PROPOSAL FORM: All proposals must be made upon forms furnished by the Department of Public Works. 1_-03. REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES ^ OR IRREGULARITIES: Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, in- complete bids, erasures, or irregularities of any kind. The right is reserved to reject any and all proposals. 1-04. BIDDER'S GUARANTY: All bids shall be presented under sealed cover and shall be accompa- nied by cash, cashier's check, or 's~idder's bond, made payable to the City of Chula Vista, for an amount equal to at least ten percent (10%) of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check, or bidder's bond is enclosed therewith. 1-05. PUBLIC OPL'NING OF PROPOSALS: Proposals will be opened and read publicly at the time and place in- dicated in the Notice to Contractors. Bidders or their authorized representatives are invited to be present. _~_ ,~~ ~~~~~ 1-06. AWARD CF CONTRACT: The award of the contract, i~ it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. The award, if mad"e., will be made within thirty (30) days after the opening of the bids. All bids will be coi~ipared on the basis of the Engineer's estimate of quantities of work to be done. 1-07 , EXECLTMI'ION OF CONTRACT The contract shall be signed by the successful bidder, and returned, together with the contract ',ponds, within ten (10) days after the bidder has received notice that the contract has been awarded. No proposal shall be .considered binding upon the City until the exe- cution of the contract. It shall be the responsibility of the Successful Bidder to make an appointment withh.in the above time limit to sign the contract in the City Engineer's office and to discuss the construction operations with the Engineer, or his representative. Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days after the bidder has received notice that the contract has been awarded, shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. 1-08. RETUR~y' OF BIDDER' S GUAR~i~TTIES Within ten (10) days after the award of t'ne contract, the City of Chula Vista will return the cash or checks accompanying the proposals which are not to be considered in making the award. All other pro- posal guaranties will be held until. the contract has been finally executed, after which the cash or checks will be returned. Bid bonds will be returned upon request. 1-09. CONTRACT. BOi~7DS : The Contractor s'nall furnish two (2) good and sufficient bonds. Ore of the said bonds shall guarantee the faithful performance of the said contract in the amount of 100% of the total bid price, and the other of said bonds shall be furnished in the amount of 50% of the total bid price. . "An act to secure payment of the claims of persons employed by Con- tractors upon public works, and the claims of persons who furnish materials, supplies, teams, implements, or machinery used or con- sumed by suc'n Contractors in the performance of such works, and prescribing the duties of certain public officers with respect thereto," approved tiiay 10, 1919, as amended. -2- % ~ ~~~ ~~' 1-09. CONTINUED: The form of the bond required is attached with the proposal. Whenever any surety or sureties on a required by law for the protection o materialmen, become insufficient, or believe that such surety or sureties demand in writing may be made of the bond or bonds or additional surety, required, as is considered•.necessary of the wor:c remaining to be done. T made upon such contract to the Contr Contractor until such further bond o has been furnished. ny such bonds, or on any bonds f the claims qf.laborers and the City Engineer has cause to have become insufficient, a Contractor for such further not exceeding that originally not considering the extent hereafter, no payment shall be actor, or any assignee of the r bonds or additional surety 1-10. NON-COLLUSION PROVISIO~i: The Contractor to whom this contract is to be awarded shall file a sworn Non-Collusion affidavit executed by, or on behalf of, the person, firm, association or corporation to whom the contract is awarded. This affidavit shall be executed and sworn to by the successful bidder before such persons as are authorized by the laws of the State of California to administer oaths, on the form included in these contract documents. The original of such sworn statement shall be filed with the City Clerk prior to the award of the contract. -3- SECTION 2 LEGAL RELATIONS , 2-Ol. ALIEN LABOR: The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each alien knowingly employed in the execution of the contract, by him or by any sub-contractor under him, or any of the work herein mentioned, for each calendar day or portions thereof during which such alien is permitted or required to labor in violation of the Provisions of the Labor Code and in particular Sections 1850 to 1854 thereof inclusive. 2-02. HOURS Or^ LABOR: The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each laborer, workman, or mechanic, employed in the execution of the contract by him or by any sub-contractor under him, upon any of the work herementioned for each calendar dal- during which said laborer, wor'.~man, or mechanic is required or permitted to labor more than eight (8) hours in violation of the Provisions of the Labor Code and in particular, Sections 1810 to 1816 thereof inclusive. 2-03. LABOR DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color or religion of such persons and every Contractar for public works violating this Section is subject to all penalties imposed for a violation of Chapter I, of Part VII, in accordance with the Provisions of Sections 1735 of the Labor Code. 2-04. PRLVAILII~G ti'YAGE The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, that such laborer, Yvorkm.an, or mechanic is paid less than the general prevailing rate of ~~~ages hereinafter stipulated for any work done under the attached contract by him, or by any su'p-contractor under him, in violation of the Provisions of the La'r~or Code and in particular Sectian 1770 to 1781 thereof inclusive. The City Council of the City of Chula Vista has ascertained the general prevailing rate of wages applicable to the t,4ork to be done. Said wages are sper_ified in t'ne "Notice to Contractors," which is herby made a part of these specifications. -4- i? 2-05. DOMESTIC MATERIALS: Only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manu- factured. articles, materials and supplies as have been manufactured in the United States, substantially all from articles, materials and supplies mined, produced or so manufactured, as the case may be, in the United States, shall be used ir. the performance of the contract in accordance with the Provisions of Sections 4300 to 4305 of the Government Code. The City of Chula Vista does prefer supplies grown, manufactured or produced in the State of California and shall next prefer supplies partially manufactured, grown or produced in the State of California. Any person, firm or corporation who fails to comply with the Pro- visions of the Act shall not be awarded any contract to which the Act applies for a period of three years from date of violation. 2-06. INSURANCE REQUIREMENTS: Contractor shall, at his own expense, carry and maintain during the course of the work of construction, Workmen's~Compensation Insurance and Comprehensive Liability Insurance, naming the City of Chula Vista as an additional insured, in the amount of at least one hundred thousand dollars ($100,000.00) for any occurrence resulting in the bodily injury or death of any one person; three hundred thousand dollars ($300,000.00) for any occurrence resulting in bodily injury to, or death of, more than one person; Automobile Property Damage Liability in the amount of at least ten thousand dollars ($10,000.00); and Property Damage Liability, other than Automobile, in the amount of fifty thousand dollars ($50,000.00). The Contractor shall, ~vithin five (5) days after the awarding of the contract, and before commencing the work of construction, deposit with the Finance Officer of the City, a certificate certifying that such insurance is, and will be, in full force and effect from the time the work is commenced until completed. 2-07. TAXES: All applicable State or Federal taxes shall be considered as included in the amount paid for the various items of work. The Contractor shall be responsible for payment of such taxes to the proper govern- mental authority. -5- /; ~ ~~r~mTnr;r ~ PROSECUTIO~Ti~ND PROGRESS 3-Ol, SL'L~LETTI`~G ~,ND ASSIGN~IE?'~7T: The Contractor shall give his personal attention to the fulfillmE~r~t of the contract and shall keep the wor7; under his control. Sub-contractors will not be recognized as such, and all persons engaged ir. the work of construction will be considered as er~~ployees of the Contractor and their work s'r~all be subject to the provisions of t::e contract and specifications. Wnere a portion of the :~~ork sublet by the Contractor is not being prosecuted in a mar_ner satisfactory to the City Engineer, the sub- contractor shall be removed immediately on the order of the City Engineer and shall not again be employed on the .work. The contract may be assigned only upon written consent of the City Engineer . 3-02. PROGRESS Or TAE WORI{ AND TIP•:E FOR CO;y1PLETIOIQ: The Contractor shall begin work on or before the date specified ir_ ti'le "I`TOt1Ce Of EXeCUtlOn Of COntraCt", wh1Ch date Shall be nOt lESs than ten ~1C) days following execution of the contract by t~~e City. The Contractor shall provide to the City Engineer, written notice of the specific date upon which he plans to commence work. Notice shall. be given at leatit twenty-four {2~i) hours in advance. The Contractor shall prosecute the work to completion before the expiration of TWENTY ONE (21) consecutive ca ler~c'ar days from the date specified in the "~7otice of Execution of Contract" 'may the City. 3=03 : cK^_~~ cTEr..or y{~oRE~~!E~z If any sub-contractor or person employed by the Contractor fails or refuses to carry out the directions of the r,ngineer, or shall. appea_- to the Engineer to be incompetent or to act in a disorderly or im- proper manner, :tee shall be discharged immediately on the order of the Ercfineer, and such person shall not agai n be employed on the µ~or'.:, -6- /~~`'- -~~~~1 3-04. TEMPORARY SL'SPENSIO1 OF WOF.K: The Engineer shall have the authority to suspend the work wholly, or in part, for such period as he may deem necessary, due to un- suitable weather, or to such other conditions as are considered un= favorable for the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such orders oz the Engineer and shall not resume the work until ordered in writing by the Engineer. 3-05. TIPS OF COMPLETION AND LIQUIDATED DANTAGES: It is agreed by the parties to the contract that, in case al.l the work called for under the contract is not completed before or upor_ the expiration of the time limit, as set forth in these specifi- cations, damage will be sustained by the City of Chula Vista, and that it is and will be impracticable to determine the actual damage which the City will sustain in the event of and by reason of such delays; and it is therefore agreed that the Contractor will pay to the City of Chula Vista the sum of fifty dollars ($50,00) per day for each and every days delay beyond the time .prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as are herein provided, and in case the same are not paid, agrees that the City of Chula Vista may deduct the amount thereof from any money due, or that may become due, the Contractor under the contract. It is further agreed that, in case the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the City Council shall have the right to extend the time for completi.or. or not, as may seem best to serve the interest of the City; and if it decides to extend the time limit for the completion of the contract, it shall further have the right to charge to the Contractor, his heirs, assigns or sureties, and to deduct from the-final payment for the work all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that the cost of final surveys and prepa- rati~on of final estimate shall not be included in such charges, The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection durincr any delay in the completion of the work caused by Acts o~f God or of the Public Enemy, acts of the City, fire, flocds, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of sub- contractors due to such causes; provided that the Contractor shall, -7- within ten (10) days from the beginning of any such r~elu~, , .iOt_f~~ t'_ne Engineer, in :vriti ng, of the causes of delay, ~;~iio s'~all a~certa-i n the facts and the extent of the delay, and his findings of the facts tzereon shall be final and conclusive. ~• 3-C6. SUSPENSION OF CONTRACT: If, at any time, in the opinion of the City Cou~~cil, the Contractor has failed to supply an adequate working force, or material of proper quality, or has failed in any other respect to prosecute the work wit'n the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to provide means for a satis- factory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. .upon receiving notice of such suspension, the ContractoY~ shall di~- continue said work, or such parts of it, as the City Cour.~il may designate. Upon such suspension, t'ne Contractor's control shall terminate, and thereupon the City Cour~cii, or its duly authorized representative may take possession of all, or an_y part of the Con- tractor's materials, tools, equipment, and appliances ur..on the premiss, and use the same for .the purpose of completing said contract, and hire such force and buy or rent such additior_al ~~:aterials and s~..zppli es at the Contractor's expense, as may be necessary for the proper conduct of the work and for the completion thereof; or may employ ot~e_ parties to carry t're contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase t?~.e materials contracted for, in such manntir as t'ne City Council may deem proper cr tre City Council may annul and cancel the contract and re-let the woY'~, or any part thereof. Any excess of cost arising therefrom over anc above the contract price will be charged against t'ne Contractor and his sureties,. who will be liable therefore, in the event of such suspe~ision, all money due the Contractor or retair~d under the terms of this contract shall be forfeited to the City'; but suc'n for~eituza will not release the Contractor or his sureties from lia'oility or failure to fulfill the contract. The Contractor and his sureties ~•~ill be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the saspe:~sion of the operations of the contract and the completion of t'~e wcr,~ by the City, as above provided, and the Contractor wi 11 be so credi ce;'~ ~i~ith any surplus remaining after all just claims for such c~~:~.pletion hav` been paid. :in the determination of the question whether there has been any suc'z non-compliance Sri t'r. tl~e contact as to warrant the suspension or -8- 3-06. CON'~~^INuED: annulment t:~ereof, t1Le decision of the City Council shall be binding on all par ties to th~~ contract . 3-07. RIGI~T OF ti',~~Y; The right of way for the work to be done will be provided cy the City. The Conti:actor shall make his own arrangements, and pay all expenses for additio~:a1 area required by him outside the limits of right of ~.~~~y. -9- ~j ~~~>~- sECTZO~; ~ ~iJAivTZTIEB, ~...~=~s~.~-R~.~-z~.r7~ a~D ~_~~~:'~Frai 4-Ol. QU~NT~ ~l~s Lh"~ c?o ~1:"ia ~c ., _.: t.^:- `L;ti :i=1 ~~r. _.. _.. .: .a ~"',-; ;::0 is ~,=• ;~On~) and lila tL'r1a lS t'J Je furnishea a_. ;_ as~C~S'U~ ~ _. __ -_ ~_.C~ C"1'~7E?'_i cis a bc3Sls yOr t~'1e C Ui~~j_, ~tiri.~ -n ~~~.. .... ..~~..~ f ~:nc: ti .... .3.. _~ ~ ~-`~..!.1. ~. ,~i C `--~.. J,Ut~ .~% ~ '-Uv.= ~. ~~' n' 'xp_ CJr :.)y ~.. ~'~. ~'~, ' ~"t'.~~` c.. ~~:^..~ '-,-,.~.. ~a~_' ~.~~i, ca_ c~.._~.. -.._ _~_. ...i~;. :.'~.. .._. ~_ '~- ~_ - 'ma'r :~ _ ,. U~ .. ~_r o _ _... - ~~ - ~ - - ~ - _ .~ _, ,_ ~. ~ ~ ~ -- n t ._ ~ i~ 11ea~'_ze^~.~~_ ..~ _2 ,_..~ :._t.? ?J ..~'._._~_ C~~_.fC :il '=v ti1E proViSlOi:~ ___ .~_ti.t-~J^- 9-l. Ul of ~~L j~<~ ~ '_~ ,:ida~_'u ~~ CC1=1C,d.t0"_. E',`:Ccy } %~"ia;." ? ~ _ _ _ _~.~ _d~ paid for on a ~y -.,.._ _ -~ '~~-.sis ....uli ?tee f _~;~~~' ~__ a pt~~, ~ic _ ___. _ . The Contractor sha? 1, :~t his o~'~n eYr r.se, furni sY"i Pudic ~deic~_z-- master's cerLificat~s or citified daily sumsnarj~ weigh sheets, an_~ a duplicate weigh slip or a load slip shall be furnished to each vehicle weighed and t'r_e slip shall be delivered to the Engineer at the point of -delivery of the material. 4-03. DAS1i1IE~aT: Pay;;~ent shall be mace at the lump sum or unit pric°s bi.d, said pay- ment beinc; full. ccr;~p?nsation for furnishing all labor, mate~:ia ± s, tools, ~..d eru~,t :en± and dorr_, all worms s1_:c~T.m on t'~:e pl~:ns or ..t~ :~~- lated in the sped ~ic:~.tions ~.nd special r~~ o-.~~_s zoo:. ~ :~r that ~a__ _~ _. 'tar QUai:tl;=1_~_„ Ui ~ ~.: ~_....._ ~:'itF?~ Ur C1SpQE''", ti`s ~~1 cw ,"-'_ _'r ?~C` ~: _1 ~_~ :~ r. t, ~ - .-r- .~ . ~ r z J _~ ~._ U t- ,-, _~ -.,_- ., - ~ - ~ - ... - Y.. , l ~ i C.. _ i Y- r. _ 4-0 r. r~ii'r:. .._:D E'C=.CE nC'CC"lT'dT 'vti'OR~: Extra t~or}s as :^ereir. efore defined, when ordered and accepted, shall be paid for under a writter_ work ord:r in accordance with t~t~e teY~ms therein provided. payment for extra work ~,~ill be made at the unit price or 1ur,:p sum previously agreed upon by the Contractor and the Engineer; or by farce account. If t~re wGr'r: 1S CiUn° C'21 force aCCOUnt, the COntraCtor Shall reCC_'_Vt~ t_ne actual. cost of x,11 materials furnished uy him as shown by his -10 - ~, .~ ~' , ` ~ ~' 4-04. CONTII3tTED: paid vouchers, plus 15 percent. For all labor, equipment and teams that are necessary, he shall receive the current prices in the lo- cality, which shall have been previously determined and agreed to in writing by the Engineer and by the Contractor, plus 15 percent; provided, however, that the City reserves the right to furnish such materials required as it deems necessary, and the Contractor shall have no claim for profit on the cost of suc'n materials. The price paid for labor shall include any compensation insurance paid by the Contractor. All extra work and force account work shall be adjusted daily upon report sheets, prepared by the Engineer, furnished to the Contractor and signed by both parties, which daily report shall thereafter be considered the true record of extra work or force account wor',~ done. 4-05. CI~ANGE IN WORK: The Contractor shall proceed with change in construction from that included in the contract upon receipt of a char~g~ order for same. Said change-order shall be prepared in the office of the City Engir,~er and shall be signed by the City Engineer and the Contractor to indicate agreement. 4-06. PROGRESS PAYMENTS: The City shall, once in each month, cause estimates in writing to be made by the Engineer of the total a>-:ount of work done and the acceptable materials furnished and delivered 'py the Contractor on ground and not used, to the.time of such estimate, and the value thereof. The City s::all retain 10 percent of such estimated value of the wore; done ar.d 50 percent of t'ne value of the materials so estimated to have been furnished and delivered and unused as afore- said as part security for the fulfillment of the contract by t'._e Contractor ar~d shall monthly pay to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under t'ne provisions of the contract. No such estimate or pa~Tment shall 'fie required. tC be made, when in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract, or when in his judgment the total value of the work done sir_ce the last estimate amounts to less than $3GO.G0. 4-07 . FIi1AL PAYiE~i'I' The Engineer shall; alter the completion of t'ne contract make a final estimate of tre amount of work done thereunder, and the value -11- ~~ ,~,~ 1 of such work, and the City shall pay the entire sum so found to be due af~er deducting. therefror.;_ all previous payments and ail amounts to be kept and all amounts to be retained under the .provisions of the contract. All prior partial estimates and payments shall be subject to correction ir. the final estimate and payment. The final payment shall not be due and pa1~able until the expiration of 35 days from date of acceptance of the work by the City Council. It is mutually agreed between the parties to the contract that no certificate given or payments made under the contract, except the final certificate or final payment, shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the City, and no payment shall be construed to be in acceptance of any defective work or improper materials. Ar_d the Contractor further agrees that amount due under the contract, and the any work done in accordance with any a release the City, the City Council and claims or liability on account of work or any alteration thereof. the payment of the final adjustment and payment for lterations of the same, shall the Engineer from any and all performed under the contract -12- ;, J ~-~ ~~~= s ~~ CT+'r'TT(1t~T Ai SPECIAL PROVISIONS 5-01. TRAFFIC CONTROL: Traffic control shall be maintained in accordance with Section 5-05 of the Standard Specifications. A minimum of two lanes, one each for northbound and southbound traffic, shall be maintained at all times. No detours will be allowed. 5-02. EARTHT~TORK; Earthwork shall be performed in accordance with Section 6-04 of the Standard Specifications and shall consist of the excavation on the west. side between Station 1+48.50 tc Station 4+25, as shown on the plans and cross sections. The amount of excavation is approximately 55 cubic yards, and includes any existing pavement in the area to be excavated. 5-03. AGGREGATE SASE: Aggregate base shall be placed in accordance with Section 7 of the Standard Specifications and shall consist of a sandwiched aggregate base of varying thickness and width in the middle portion of Broadway between Station 1+75 and Station 4+00, and nine inches of aggregate base on the west side of Broadway between Station 1+48.5 and Station 4~+25, as shown on the plans. 5-04. ASPHALT PAVING: Asphalt paving shall be constructed in accordance with Section 8 of the Standard Specifications, and shall consist of three inches of A. C. over all areas of prepared aggregate base, between Station 1+48.5 and Station 4+25; and an A. C. overlay which varies in thickness to a maximum of 4 inches, between Station 0+25 and Station 4+47.5, as shown on the plans. Coarse aggregate shall be raked and removed along edges of pavement shown to be feathered as necessary to create a smooch riding surface. 5-05. BITUi~iINOUS SEAL COAT; Bituminous seal coat shall be Type B in accordance with Section 8-08 of the Standard Specifications. - 13 - -, ~, i L~ '~ 5-06. WATER: The cost of water used in shaping and compacting the subgrade and/or the aggregate 'ease shall be considered as included in the, various items of work. - 14 - ~._ ~