Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reso 1952-1337
1 _q • ti RESOLUTION NO. 1337 RESOLUTION APPROVING CONTRACT DOCUMENTS FOR "H". STREET GRADING AND PAVING JOB, AND DIRECTING PUBLICATION OF NOTICE TO CONTRACTORS a THE CITY COUNCIL, OF THE CITY OF CHULA VISTA , CALIFORNIA DOES HEREBY RESOLVE, AS FOLLOWS: That those certain contract documents for the excavation, grading and paving of "H" Street between National Avenue and Montgomery Freeway, a copy of which is attached hereto and by this reference incorporated herein, be and the same are hereby approved. That R.A. Floyd, City Engineer of the City df Chula Vista, be and he is authorized and directed to publish the notice 'to contractors, a copy of which is included in said contract documents, by one insertion in the Chula Vista Star, a newspaper of general circulation, printed and published in the City of Chula, Vista, California. . , t • { e _ ` • 6 n4• , L • ti , ..' 4 "Ve'4' 4 Q} v .ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA VISTA, CALIFORNIA, this 30th dgy of June ,19 52 by the following vote, to-wit; AYES: COUNCILMEN Nobel. Locan, Riesland, Dewolfe NAYS: COUNCILMEN „• None ABSENT: CODNOXLMEN Halferty .met tkh, o e y of G' a Vista. ATTEST : ► Deputy STATE OF CALIFORNIA ) COUNTY OF SAN DIEGO ) ss. CITY OF CHULA VISTA ) I, Y , City Clerk of the City of Chula Vista, California, DO HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of Resolution No. , and that the sane has not been amended or • repealed. DATED; City Clerk by Deputy l CITY 0? CHULA VISTA STATE OF CALIFORNIA PROJECT NO019 Special Provisions, Proposal and Contract INDEX Subject Sheet NOTICE TO CONTRACTORS 1, 2 PROPOSAL REQUIRE7ENTS 3, 4, 5 SCOPE OF WORK 6 . CONTROL OF THE 74ORK 7, 8, 9 CONTROL OF ?5ATERIAIaS • 10 LEGAL RELATIONS AND RESPOISIBILITIES TO THE PUBLIC 11, 12, 13, 11.E PROSECUTION AND PROGRESS 15, 16, 17 !1EASUREII ENT AND PAY',IENT 18, 19 SPECIAL PROVISIONS 20 20A QUANTITIES 21 UATERIALS 22 DESCRIPTION OF WORK 23 CONSTRUCTION DETAILS 211,125, 26, 27, 28, 29 PROPOSAL 300 30A BIDDERS BOND 31 AGREEMENT 32, 330 34 • • r i 1 CITY OF CHULA VISTA STATE OF CALIFORNIA NOTICE TO CONTRACTORS • SEALED PROPOSALS will be received at the office of the City Clerk, City Hell, City of Chula Vista, California, until 7 oaclock P.M. on at which time they will be publicly opened and read, for performing work as follows: City of Chula Vista, 1'R" Street between National Avenue and Montgomery Freewayr, a total of approximately thirty six hundredths (0036) miles in length to be excavated, graded and paved. No bid will be received unless it is made on a proposal form furnished by the City Engineer. Each bid must be accompanied by (cash, certified or cashier's check, or bidder's bond) made payable to the City of Chula Vista for an amount equal to ten percent (iO ) of the amount bid, 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 Section 1770 to 1781 of the Labor Code, the City Cou fail has ascertained the general prevailing rata of wages applicable to the work to be done, as follows: Classification Rate per hour Apprentice engineer, including fireman, Asphalt plant - - - _ -_- _ 2.15 Asphalt raker and 1e 95 Boiman or mixer box operator (concrete or asphalt 2.15 Dri sr of dump tracks (less than 4 yards water 1.83 Driver)of dump trucks (1 yards but less than 8 yards water level} 1085 Driver of dump trucks (8 yards but less than 12 yards water level)---------- 1090 Driver of dump trucks (12 yards but less than 16 yards water 1098 Driver of dump trucks- (16 yards or more water level)-.--»- -- -- -.---- 2.18 X rl —_ r..ca.�_cao .r+ens+—_�..�-_+o.ewowwa►wow.e_wo.mwro..+—w--w..Jo—_ea+lsme _ 10/}5 Heavy duty 2030 Heavy duty repairman-2m�lper-- -�--�- -®-- �__� 1093 1075 Motor patrol operator, including any type of power 2.43 Roller operator --�--�--b�---- �..--�---m- -- - 2.25 Screed operator--._.,m_� ..�. ��,m�.. .._a..�... ..,- . 2,,05 Tractor operator-bulldozer, tamper, scraper or drag type shovel or boom attachments----------- - - -- - - -- -- - ----- 2.30 Water truck driver-under 1088 Water truck driver-4500 gallons or more------ ----------------- 2.00 Overtime----one and one-half (1i) tines the above rates. Sundays and holidays—.one and one-half (ii) times the above rates. All Foremen not herein separately classified shall be •paid not less than $0.25 per hour more than the journeyman rate for the craft involved. Apprentices may be employed in conformity iwht Section 1777°5 of California Labor Code. 1 t.# •� . #" ♦ LS fi l t x , • +fir. All bids are to be compared on the basis of the City Engineer1s estimate of the quantities of work to be done: No bid will be accepted from a Contractor who has not been licensed in accord- ance with the provisions of Chapter 9, Division 3 of Business and Professions Code. Plans may be seen and forms of proposals, bonds, contract, and specifications may be obtained at the office of the City Engineer in the City hallo The special attention of prospective bidders is called to the "Proposal Re- quirements end--44 r " annexed to the blank form of proposal, for full direc- tions as to bidding, etc. The City of Chula Vista reserves the right to reject any or all bids. The information for bidders, the specifications, the plans, and all the other documents comprising the pertinent Contract Documents are now on file and may be ob- tained in the Office of the City Engineer of said City of Chula Vista at the above address, by depositing ten dollars ($lO.00) for each set. This deposit will be refund- ed if the set of Contract Documents delivered is returned in good condition within ten (10) days after the bid opening. CITY OF CHULA VISTA City Engineer DATED • 2 } h a • V PROPOSAL REQUIREMENTS (a) General Information.--The City Engineer of the City of Chula Vista, Calif- , ornia will receive at his office in the City Hall in said City, until 7 o°clock P.Y. on , sealed proposals for the grading, paving, and other- wise improving 991" ,Street between rational Avenue and Montgomery Freeway, a total of • approximately thirty-six hundredths (0.36) miles in lend? (b) Examination of Plans, Specifications, Special Provisions, and Site of Work. The bidder is required to examine carefully the site of and the proposal, plans, specifications, and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be en- countered, 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 ex® amination, (c) Proposal Form.--All proposals must be made upon blank forms to be obtained from the City Engineer at his office at 276 Guava Avenue, Chula Vista, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, with his address. If the proposal is made by an individual, his name and post-office address must be shown. If made by a firm or partnership, the name and post-office address of each member of the firm or partnership must be shown, If made by a copporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the presi- dent, secretary, and treasurer. (d) 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, incomplete bids, erasures, or irregularities of any kind. The right is reserved to reject any and all proposals, -3- �` 4 S (g) w Bidder's Guaranty.--All bids shall be presented under sealed cover end shall .be accompanied by cash, cashier's check, certified check, or bidder's bond, made payable to the City. of Chula Vista, for an amount equal to at least ten per- cent (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, (f) Award of Contract.--The award of the contract, if it be awarded, will be to the lowest respon:.ible bidder whose proposal complies with all the requirements described. The award, if made, will be made within thirty (30) days after the opening of the bids • All bids will be compared on the basis of the Engineer's estimate c; quantities of work to be done. (g) Execution of Contract.--The contract shall be signed by the successful bider and returned, together with the contract bonds, within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. Failure to execute a contract and•file acceptable bonds as provided herein within ten (10) days, not including Sundays, 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. (h) Return of Bidder's Guaranties. --Within ten (10) days after the award of the contract, the City of Chula Vista will return the proposal guaranties accompany- ing such of the proposals which are not to be considered in making the award. All other proposal guaranties mill be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. (i) Contract-Bonds.--The Contractor shall furnish two good and sufficient bonds. Each of the said bonds shall be executed in a sum equal to at least one—half of the contract price. One of the said bonds shall guarantee the faithful performance of the said contract by the Contractor; and the other of the said bonds shall be furnished as *required by the terms of an act entitled: "An act to secure the payment of the claims of persons employed by con- tractors upon public works, and the claims of persons who furnish materials, sup- plies, teams, implements, or machinery used or consumed by such contractors in • H4- • 4 ;the Performance of such works, and prescribing the duties of certain putli .c s. officers with respect thereto," approved V.ay 10, 1919, as amended. Form of bond required may be examined at the office of the City Engineer or copies will be furnished, if desired, to prospective bidders. Whenever any surety or sureties on any such bonds, or on any bonds required 'by law for the protection of the claims of laborers and material men, become in- sufficient, or the City Council has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally re- quired, as is considered necessary, considering the extent of the work remaining to be donee Thereafter, no payment shall be made upon such contract to the Contrac- tor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished° • -5° s ct SCOPE OF '.ORK § E �- St, (a) Work to be Done.--The work to be done consists of furnishing all labor, methods and processes, implements, tools, machinery, and materials, except as other- wise specified, which are necessary and required to construct and put in complete order for use the portion of street or road designated in the contract, and to leave the grounds in a neat condition. (b) Alterations.—The City of Chula Vista reserves the right to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work as may be deemed necessary or expedient by the Engineer; also to make such al- terations or deviations, increases or decreases, additions or omissions, in the plans and specifications, as may be determined during the pro ress of the work to be neces- sary and advisable° (c) Extra Work..-New and unforseen work will be classed as extra work when such work cannot be covered by any of -the various items or combination of items for which there is a bid price. C- _t The Contractor shall do no extra work except upon written order from the Engineer. :Por such extra work the Contractor shall receive payment as previously agreed upon in writing, or he shall be paid on force account. (d) Removal of Obsta'ucti.ons.--The Contractor shall remove and dispose of all structures, debris, or other obstructions of any character to the construction of the street or road, if and as required by the Engineer. The Contractor shall remove and dispose of all trees designated by the Engineer as obstructions to the proper completion of the work. (e) Final Cleaning Up.—Before acceptance and final payment, the Contractor shall clean the street or road, borrow pits, and all ground occupied by him in cob- nection with the,work, of all rubbish, excess materials, temporary structures, and equipment; and all parts of the work shall be left in a neat and presentable condition° 6 ,y - • 4 • CONTROL OF THE WORK . Section 3. (a) Authority of the Engineer,---The Engineer shall decide any and all ques- tions which may arise as to the quality or acceptability oT materials furnished and work performed, and as to the manner of performance an rate of progress of the work; all questions which arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfilImeat of the contract on the part of the Contractor; and all questions as to claims and compensation. TheEngineeres decision shall be final and he shall have executive authority to enforce and make effective such decisions and orders as the Contractor fails • to carry out promptly° (b) Plans,--All authorized alterations affecting the reqiirements and in- formation given on the approved plans shall be in vriting. No changes shall be made of any plan or drawing a2ter the same has been approved br the Engineer,. ex- cept by direction of the Engineer° Working drawings or plans for any structure not included in the plans furn- ished by the Engineer shall be approved by the Engineer before :my Work involving these plans shall be performed, unless approval be waived in writing by the Engineer. It is mutually agreed, however, that approval by the Engineer Df the Con- . tractors working plans doss not relieve the Contractor of any resrensibility for accuracy of dimensions and details, and that the contractor slell be respons- ible for agreement and conformity ef his working plans with the approved plans and specifications, (c) Conformity with Plans and Allowable Deviation.--Finished siasfaces in all cases shall conform with the lines, grades, cross-sections, and dimesions shown on the approved plans. Deviations from the approved plans, as may be required by the exigencies of construction, will be determined in all cases by the Engineer and authorized in writing. (d) Coordination of Plans, Specifications, and Special Provisions These specifications, the plans, special provisions, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is '.4) binding as though occurring in all. They are intended to be cooperative, to de- scribe, and to provLde for a donpiete work. Plans shall govern over specifications: -7- a a' 0 u 3 special provisions shall govern over both specifications and plans. (e) Interpretation of Plans and Specifications. Should it appear that the work to be done, or any matter relative thereto, is not sufficiently detailed or explained in these specifications, plans, and the special provisions, the Con- tractor shalll apply to the Engineer for such further explanations as may be ne- cessary, end shall conform to such explanation or interpretation as part of the contract, so far as may be consistent with the intent of the original specifica- tions. Ie the t rent of doubt or question relative to the true meaning of the specific tions, reference shall oe made_ to the City Council, whose decision there- on shall be final. In the event of any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. (f) Superintendence.--Thenever the Contractor is not present on any part of the work where it may be desired to give direction, orders will be given by the engineer in writings and shall be received and obeyed by the superintendent or foreman in charge of the particular work in reference to which orders are given. (g) Lines and Grades.--All distances and measurements are given and will be made in a horizontal plane Grades are given from the top of stakes or nails, unless otherwise noted on the plans Three consecutive points shown on the same rate of slope must be used in common, in order to detect any variation from a straight grade, and in case any such discrepancy exists, it must be reported to the Engineer. If such a discre- pancy is not reported to the Engineer, the Contractor shall be responsible for any error in the finished Trork The Contractor shall give at least 2).; hours s notice in writing when he will require the services of the Engineer for laying out any portion of the work. The Contractor shall furnish the Engineer such facilities and labor necessary for marking and maintaining points and lines as he may require. Labor furnished by the Contractor for such purposes will be paid for as Extra YorL-. The Contractor shall preserve all stakes and points set for lines, grades, or measurements of the work in their proper places untA 1 authorized to remove thee: by the Engineer. All expenses incurred in replacing stakes that have been removed without proper authority shall be paid by the Contractor, A ti 0 b V (h) Inspection.--The Engineer shall at all times have, access to the work' during construction, and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials used and employed in the work. Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have been previously overlooked by the Engineer and accepted or estimated for payment. Projects financed in whole or in part with state funds shall be subject tc inspection at all times by the Director of Public Works, or his agents. (i) Removal of Defective and Unauthorized Werk.<- All work which is defective in its construction or deficient in any of the requirements of these specifica- tions shall be remedied, or removed and replaced by the Contractor in any accep- table manner, and no compensation will be allowed. for such correction. Any work done beyond the lines and grades shown on the plans or established by the Engineer, or any extra work done without written authority, will be con- sidered as unauthorized and will not be paid for. Upon failure on the part of the Contractor to comply forthwith with .any order of the Engineer made under the provisions of this article, the Engineer shall have authority to cause defective work to be remedied, or removed and replaced, and un- authorized wort .to be removed, and to deduct the costs thereof from any moneys due or to become due the Contractor. (j) Final Inspection.--Whenever the work provided and contemplated by the c c,n .. tract shall have been satisfactorily completed and the final cleaning up performed, the Engineer will make the final inspection. • X ca Section L (o i ,,'moles and Tests --At the t ;t;_en iii the Hnginser, tha sourc; of rn. of pit' of tac^. thse 'i.;ateria s snail br' Aprrzred by the Ehgimeer before delivery is .,a t-d and br'fore such rla L rial is used in the work, present ,i ve. pr l�T Tl° r.:.i samplcs of the character and quality prescribed shall be submitted by the contractor e ' producer of all mat°;r.'_a_s to be used in the work; for ':t ting or e•.Es inaticn do sir a".d oy the Engineer, All tests of materials furnished by the Contractor shall be illadc in actor:. ante -kith commonly iecogni ed sherds of national organizations, and such spe- cial met:octs and tests as » prescr b?d in these J;cifications The Contractor shall !furnish such si ples of miterialu^- as are roc-Jested by the Enryin er, without char;;:, No material shall =,h_, used until it has been ap- ::raved }'y the Engineer. );iuple.`.,' will be secured and tested wherever necessary to Ce ter mi._,e the quality of material (a ) Defective ”aterials, All materials not conforming to the requirements of thee' specifications shah be considered as defe,cti;Te, and all such materials, whether, in place or not, shall be rejectt.d and shall be removed immediately fro..i the site of the work unless otherwise pernitted by the "ngineer. No rejected material, the defects of which lave been subsequentl,7 c''rrec ed, shall be ursd until approved in writing by the i,ngira4er. V j1:.tn failure on the part of `,:f e? C J:`ttreator to C3.4:4:r with any order of the Engineer made under the provisions of this <:rticle, the Engineer shall have aut.. OYity to remove and replace defective rTateri.al and to deduct the cost of removal and replacement from any moneys due or to become dun the Contractor. • M LPG AL Rt.:LATIONS AND 1?,SPONSIBILITIES TO THP. PUBLIC (a) Laws to Be Observed.--The Contractor shall keep himself fully informed of all existing and.future State and National laws and all municipal ordinances and re- gulations of the City of Chula Vista which in any manner affect those engaged or em- ployed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same, (b) Alien Labor.--The Contractor shall forfeit as penalty to the City of Chula Vista Ten Dollars (;yl0) for each alien knowingly employed in the execution of the contract, by him or by any subcontractor under him, on any of the work herein men- tioned, for each calendar day, or portion thereof, during which such alien is permitted or required to labor in violation of the provisions of the Labor Code and in particu- lar, Sections 1850 to 1854 thereof, inclusive° (c) Hours of Labor.--The Contractor shall forfeit, as penalty to the City of Chula Vista, Ten Dollars ($10) for each laborer, workman, or mechanic employed in the execution of the contract by him, or by any subcontractor under him, upon any of the work herein mentioned, for each calendar day during which said laborer, workman, 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° (d) 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 contractor for public works violating this section is subject to all the penal- ties imposed for a violation of Chapter 1 of Part VII, in accordance with the provisions of Section 1735 of the Labor Code° (e) Prevailing Waged--The Contractor shall forfeit as penalty to the City of Chula Vista, Ten Dollars ($10) for each laborer, workman, or mechanic employed, for each calendar day or portion thereof, such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinafter stipulated for any work done under the attached contract, by him, or by any subcontractor under him, in viola- tion of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 -11- ! - thereof, inclusive., 1! The City Council of the City of Chula Vista has ascertained the general pre- vailing wages applicable to the work to be done to be as follows: Classification Rate per hour Apprentice engineer, including fireman, oiler, greaser $1.93 Asphalt plant fireman •- 2.15 Asphalt raker and ironer 1.95 Boxman or mixer box operator (concrete or asphalt plant) 2,15 Driver of dump trucks (less than 1; yards water level) 1.83 Driver of dump trucks (4 yards but less than 8 yards water level) 1.135 Driver of dump trucks (8 yards but less than 12 yards water level) 1.90 Driver of dwip trucks (12 yards but loss than 16 yards water level! 1.98 Driver of dump trucks (16 yards or more water level) 2.18 Flagman---- •- 1,75 Heavy duty repairman 2.30 Heavy duty repairman-helper 1.93 Laborer--_...___.. 1.75 Motor patrol operator, including any type of power blade 2,03 Roller operator.- 2.25 Screed operator 2.05 Tractor operator-bulldozer, tamper, scraper or drag type shovel or boom attachments 2,30 . Water truck driver-under 2,500 gallons 1.38 Water truck driver-2,500 gallons or more 2.00 Overtime----one and one-half (11) times the above rates Sundays and holidays-.---one and one-half (1D times the above rates. All Foremen not herein separately classified shall be paid not less than W£IA5 per hour more than the journeyman rate for the craft involved. Apprentices may be employed in cinformity with Section 1777.5 of California Labor Code. (f' Domestic Materials.--Only such unmanu.factured articles, materials, and sup- plies as have been. mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States, sub- stantially all from articles, materials, and supplies mined, produced, or so manufac- tured as the case may be, in the United States, shall be used in the performance of the contract in accordance with the provisions of Sections 14300 to )4305 of the Government Code. !iny persozi, firm, or corporation who fails to comply with the provisions of the act shall not be awarded any contract to which the act applies for a period of three years from date of violation, (g) Registration of Contractors.-=Before submitting bids, contractors shall be licensed in accordance with the provisions of Chapter 9 of Division III of the Business and Professions Code, (h) Permits and Iicenses.--The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. • 1 ga. . t r • R • ' •r r °i4. (i) Patents.--The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices, or processes used on or incor- porated in the work. (j) Public Convenience and Safety.--The Contractor shall so conduct his opera- tions as to cause the least possible obstruction and inconvenience to public traffic. Residents along the road or street shall be provided passage as far as practi- cable. Convenient access to driveways, houses, and buildings along the road or street shall be maintained and temporary crossings shall be provided and maintained in good condition. Not more than one cross or intersecting street or road shall be closed at any one time without the approval of the Sngineer. The Contractor shall furnish, erect, and maintain such fences, barriers, lights, and signs as are necessary to give adequate warning to the public at all times that the road or street is under construction and of any dangerous conditions to be en- countered as a result thereof, and he shall also erect and maintain such warning and directional signs as may be furnished by the City. 13 i r i y i1 ( k) Responsibility for Damage..-.-The City of Chula Vista, the City Councils or the Engineer 'shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any material or equip, ment used in performing the work; or for ir?ury or damage to any person or persons, either workmen or the public; for damage to adjoining property from any cause whatso- ever during the progress of the work or at any time before final acceptance, The Contractor shall indemnify and save harmless the City of Chula Vista, the City Council, and the Engineer from any Suits, claims, or actions brought, by any per son or persons for or on account of any injuries or damages sustained or arising in the construction of the work or in consequence thereof, The City Council may retain so much of the money due the Contractor as shall be considered necessary, until dis- position has been made of such suits or claims for damages as aforesaid, (ii) Contractors Responsibility for fork.s Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk cf injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execu Lion or from the non-execution of the work, The Contractor shall rebuild;, repaid„ restore, and make good all injuries or damages to any portion of the work occasioned • by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the federal government or tha public enemy, ( •.) No Personal Liability,.,-Neither the City Council, the Engineer, nor any other officer or authorized assi star< or agent shall be personally responsible for any li a.i - ility arising under the contract: (-') Responsibility of City.--The City of Chula Vista shall not be held responsible for the care of- protection of any material or parts of the work prior to final a.ccep tance, except as expressly provided in these specifications. r'. ) Fire Hydrants. -Free access shall he provided to all fire hydrants at all times, The Contractor shall not draw any water from a fire hydrant for use on the work, other than for extinguishing fire, without first obtaining permission from the water company concerned,. V L PPOSi'.i1.�,C n: Pe,-)GRT,i)S. (a) ;subletting and Assignment,. -ThE Contractor shall give his personal attention to the fulfillment of the contract and shah keep the work under his control. Su::contractors will not be recognized as such, and all persons engaged in the work oF construction will be considered as employees of the Contractor, and their wort, shall be subject to the provisions of the contract and specifications. Vihere a portion of the work sublet by the Contractor is not being prosecuted in a manner satisfactory to the City Engineer, the subcontractor shall be removed im- mediately on the requisition of the City Engineer and snail not again be employed on the work. The contract may be assigned only upon written consent of the City Engineers. (b) Progress of the :;ork and Time for Completion,=-The Contractor shall begin work within, len 1.0 days after receiving notice that the contract has been ap- proved and shall diligently prosecute the same to completion before the expiration of Sixty (60) consecutive days (Saturdays, Sundays and legal holidays excluded) from the date of esald approval. (c) Charae-ter of Workrr.ene--If any subcontractor or person employed by the Con- tractor shall fail or refuse to carry out the directions of the Engineer or shall appear tit) the t?ngineer to be incompetent or to act in a disorderly or' improper manner, he shall be discharged immediately on the requisition of the '.ngineer, and such per- son shall not again be employed on the work„ (d) Temporary Suspension of loork.--The Engineer shall have the authority to sus- pend the work wholly or in part, for such period as he may deem necessary, due to ur:- suitable weather, or to such other conditions as are considered unfavorable 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 order of the engineer and shall not resume the work until ordered in writing by the Engineer. (e) Time of Completion and Liquidated Damagesc.e=lt is agreed by 'the parties to the contract that in case all the work called for under the contract is not completed before or upon the expiration of the time limit as set forth in these specifications, damage will be sustained by the City of Chula vista, and that it is and will be im- practicable to determine the actual damage which the City will sustain in the event T I 1 I' , of and by reason of such delay; and it is therefore agreed that the Contractar'will . pay to the City of Chula Vista, the sum of Twenty-five Dollars ($25000) per day for each and every dayes delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as 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 dux 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 completion 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 contracts and which accrue during the period of such extension, except that the cost of final surveys and preparation of final estimate shall not be included in such charges. The Contractor shall not be assessed with liquidated damages nor the cost of en- gineering,.and inspsction during any delay in the completion of the work caused by acts of God or the public enemy, acts of the City, fire, floods, epidemics, quarantine re- strictionist, strikes, freight embargoes, and unusually severe weather or delays of sub- contractors due to such causes; provided, that the Contractor shall within ten (10) days from the beginning of any such delay notify the Engineer in writing of the causes of delays who shall ascertain the facto and the extent of delay, and his finding, of the facts thereon shall be final ,and conclusive. - tf) Suspension of Contract.-.If at any time in the opinion of the City Council the Contractor has failed to supply an adequate working forces or material of proper quality, or has failed in any other respect to prosecute the work with 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 satisfactory 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 -16- • • • . •• IIP power to suspend the operation of the contract, Uppn receiving notice of such sus- pension; the Contractor shall discontinue said work, or such parts of it as the City Council may designate, Upon such suspension, the Contractor's control shall terminate, and thereupon the City Council or its duly authorized representative may take posses- sion of all or any part of the Contractor's materials, tools, equipment, and appliantes upon the premises, and use the same for the purpose of completing said contract, and hire such force and buy or rent such additional materials and supplies at the Contrac- ter's expense as may be necessary for the proper conduct of the work and for the com- . pletion thereof; or may employ other parties to carry the contract to completion, em- ploy the necessary workmen substitute other machinery or materials, and purchase the materials contracted for, in such manner as the City Council may deem proper; or the City Council may annul and cancel the contract and relet the work or any part thereof Any excess of cost arising therefrom over and above the contract price will he charged againgt the Contractor and his sureties, who will be liable therefor, In the eoent of such suspension, all money due the Contractor or retained under the terms of thiscon- . , tract shall be forfeited to the City; but such forfeiture will not release the Contrac- tor or his sureties from liability or failure to fulfill the Contract. , The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract priee, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided9 and the Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid,, In'the determination of the question whether there has been any such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the contract, (g) Hight of Way,--The right of way for the work to be constructed nill be provided by the City. The contractor shall make his own arrangements, and pay all expenses for additional area required by him outside of the limits of right of uay, unless otherwise provided in the Special Provisions. • ( 7 • J , F 1F NE.ASURWENT. AND PAY1'`F;NT .�•, ,i.n i.. (a) FxtrP. end. Frroe Account, 45'rtk. -sEx:ra work as hereiribefcre defined, when or- tax'+ d annd accepted, dhafl be paid for urcer a written work order in accordance with Ze terms therein p,.ovided. Payment for extra work will be made at the unit price or :.amp sum preeviousi; agreed upon by the Contractor and the Engineer; or by force account- If the work is done on force account the Contractor shall receive the actual cost of all materials furnished by him as shown by his paid vouchers, plus fifteen per cent and fo-r all labor: equipment and teams that are necessary he shall receive th:: urrer.i, pri ees in the locality, which shall have been previously determined and ag,rced to ;n wri..,i ng by the 'r ngineer and by the (.�ontr ,actcr, nits fifteen per i;eu t (ir%); pro v .d td,! howover, that the City res 'rtes the. right to furnish suzh materials required as it deet i i expedient: and the Contractor shall have no claim for profit on no cost of vu>., nat'rials. The pri.le paid for labor shay.. 'include any colipensation insurance paid by the Contractor, Al'. extra work and farce act.ount shell be adjusted dal l.y upon report sheets pre-- pared by the Engineer, furnished to .,he Contractor and si nod by both partica. • daily- reports shatl thereafter br. eonsiCrr.ld the true r'ecor 3 o!r extra w.,:rk or fo cee a e,.3unt work dun.I (b) Progress Payments,—The (7- t.Y `ha° t. on'e in _aoh ~+onth _:a1,3 an est .r..--te in • odr2t ng to be made by the City Eng.lnce's' `rf' i.'h L.l l amoL.ul. of i,ork don:-,. and the ac"cep tale materials furnished and delivered Fray' the C...n.t actor on the ground and not lased., to the ti:r,=. of such estimate, and the value "rhereoL The City of CI:v.ia \ t' _; „hall rc• fain ten p; cent (OC ) r such e,'ti:tea. t d n of r, done per a per a a �+c?...1.°. � uIl! "'o � d Tl and fifty�.E� ,.,t. cent ( CiZ) of the valve of the materi alF so estin!.rt,ed to have been rurnisi.ed end dc?iverc-3 and unused as aforesaid as part see.'..riv,y for the fuIfi_1l.'.:cnt of the contract by the Contra.tor. and shall monthly pay to tht• t ontl actor while co. r c`ing on the V:ork„ the balance not retained; as i?fcr.ca".j . therefrom Lfl previnvs peen Lt; and all sums to be kept or retained unkr tt2'' provi _ions of tee. ^ontract. No z'uoh E:f:=• tilkato or p7yr:,`?rt shall be required to py:.' :rar".e -rh u,, in th? gc:ne'nu ";ne work is no oyt; e 'in i i nor ..: i �o of 7,11: f"J s± F: 'C„ r ohon: :in i`.ry"• �udg:.?i.. i` iv' `, '. .,_.�a r t f, .�,7: j` �A'�Y4ti :is r," t:lc "}.ct c:ii.�f'1:_.tr., rfr:., ""L.. U p rs th.ar: three ?:!i/ . :t'.w do>i:< _ 4 '0 mar it i it. Z? • 4 (c) Fanax. Pzymente-The City Engineer shall, after the completion of the contract, make a final estmate of the amount of work done thereunder, and the value of such work, and the City of Chula Vista shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be re- tained under s.he provisions of the contract, All prior partial estimates and payments shall be sut, ect to correction in the final estimate and payment. The final payment shall net rye due and payable until the expiration of thirty-five (35) days from the date o 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 pay- ment, shall be conclusive evidence of the performance of the contract; either wholly or in part, against any claim of the party of the first part, and no payment shall be construed to be an acceptance of any defective work or improper materials, And the Contractor further agrees that the payment of the final amount due under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Chula Vista, the City Council, and the Engineer from any and all claims or liability on account of work performed under the contract or any alteration thereof, 19 \1 r 4 SPECIAL PROVISIONS The work embraced herein shall be done in accordance with the appropriate pro- visions of construction details, of the Specifications entitled "State of California, Department of Public Works, Division of Highways, Standard Specifications, January, 1949, insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications, and in accordance with the following special pro- visions: Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Department of Public Works, or Division of Highways—The Engineering Department of the City of Chula Vista, California Director of Public Works- The City Engineer. Engineer- The City Engineer, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory—The designated laboratory authorized by the City of Chula Vista to test materials and work involved in the contract° State'-The City of Chula Vista. Other terms appearing in the Standard Specifications, the general provisions; and these special provisions, shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard Specifications° In case of conflict between the Standard Specifications and these special pro- visions, the special provisions shall take precedence over and be used in lieu of such conflicting portions° RELATIONS WITH RAILWAY COPPANY: o (a) General m The Contractor shall cooperate with the San Diego and Arizona Eastern Railway Company where work is over or contiguous to the tracks or within the limits of railway operations and shall avoid interference with the operations of the railway equippont° Contractor shall perform his work in a manner that will protect the tracks and property of said Railway Company and traffic moving on such tracks. In accordance with the provisions of Section 7, Article (i) of the Standard Specifications, the Contractor shall be responsible to The San Diego and Arizona Eastern Railway Company for all damages to railways, tracks and railway's equipment operating on said tracks resulting from his operations° • • The Contractor shall notify the Railway Company at least 48 hours before per=, forming any work within the track areas of the Railway Company. (b) Railway Flagmen: o In connection with work performed at the railway crossings, railway representatives, flagmen or watchmen will be provided by the Railway Company to protect their facilities, property and movements of their trains and engines, when in the opinion of the railway representatives same is deemed necessary due to Con- tractor's operations while working on or adjacent to the Railway Companyts property or its tracks. Costs of all necessary personnel provided by the Railway Company for the protection of railwa facilities and trains due to Contractors operations as specified above, shall be born by the Contractor and sums sufficient to cover the claims, based upon bills rendezed to the State by the Railway Company for said costs, will be deducted from progress and final pay estimates due the Contractor. The corrugated metal pipe arch culverts shall be coated with an asphaltic pipe dip at the plant before being shipped, Vitrified clay pipe sewer line and pipe shall meet all the requirements as to installation, materials, dimensions, weight, strength, and quality required by the specifications in the Handbook of the Pacific Coast Clay Products Insti- tute on file in the office of the City Engineer. CP l©2 sewer joint compound or its equivalent shall be used in all vitrified clay-pipe joints. m2(�A� • r r QUANTITIES The following preliminary estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Chula Vista does not expressly or by implication agree that the actual amount of work will correspond therevrith,.,but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. Item Description Approx. Quantity 1 Roadway excavation and disposal of material 5,100 cu. yds. 2 Imported borrow in place 3,670 cu yds. 3 2" Plant mixed surfacing in place 1,650 tons 11 Mixing, compacting and shaping cement treated base 13,1158 sq. yds. 5 Portland Cement (Cement treated base) 1,000 bbls. Sic/a cwllr, 6 ' Portland Cement concrete .(Structures Curb ti -Gutter) 35 cu. yds. 7 Reinforcing steel, in place 570 lbs. 8 Structure excavation 190 cu. yds. 9 12" Rein. Concrete pipe, in place 36 lino ft. 10 112" x 8i" part circle culvert, #8 guage, in place 100 lino ft. 11 211" Rein. Concrete pipe, in place 12 lino ft. 12 Lowering or raising existing manholes 1 13 Grubbing and clearing in Riff Lump sum 111 Remove existing 30" reinforced concrete pipe 118 lino ft. 15 22" x 36" Paved invert asphalt dipped Armco pipe arch,in place 282 lin. ft. 16 8" Extra strength vitrified clay sewer pipe in place 611 lin. ft. 17 Remove existing 18" concrete culvert 92 lin. ft. 18 Remove Concrete curb, gutter and sidewalk 121 cu. yds. -21- p t iro r �► , MATERIALS ' The Contractor shall furnish for use under these special provisions all materials required to complete the attached contract. • 2� ' • r >° DESCRIPTION OF FORK _ ,, The work to be done consists of the excavating, grading, cement treated base, imported borrow base, plant mix, surfacing and installation of concrete curbs and gutters and drainage structures on "Ti" Street from National. Avenue to Montgomery Freeway, Curb inlets, part circle and pipe arch culverte and 8 inch sewer crossing are to be installed; sewer manhole is to be lowered to fit the new grade; and such other items or details not specifically mentioned herein as are required by the plats and specifications are to be constructed or furnished and installed; all at herein specie. Pied as shown on the plans and as directed by the Engineer, Said work to be done is shown and marked upon plans Noor52ml8L% 5219L, 52204, 527211% 52=22L and 52°23L on file in the office of the City Engineer. . • -23- CONSTRUCTION DETAILS MAINTAINING TRAFFIC: Attention is directed to Section 71, Articles (e) and (f); of the Standard Specifications. Through traffic may be routed around the project on other streets, except as otherwise permitted by written order of the Engineer.. Traffic to and.from property abutting on the project shall'be allowed to pass through construction and the Con- tractorvs operations shall be so arranged as to minimize delay and inconvenience to local residents. Adequate traffic routing signs shall be provided by the Contractor ' as required by the Engineer. ' Suitable barricades and night illimination shall be provided for all open ditches. -OBSTRUCTIONS 4he disposition or removal of obstructions to the construction of the project shall conform to the requirements or Section 10 of the Standard Specifi- cations. After the contractor has rough-graded the roadway, the contractor shall allow one (1) week for the installation of a 6 in. water line to be located twenty-eight (28) feet North of the center line of 'IP Street between National Avenue and Oaklawn Avenue, and the contractor shall allow one (1) week for the installation of a gas line to be located twenty-eight (28) feet South of the center line of I'M Street from National Avenue to approximately one thousand four hundred and eighty (L,480) feet !est. The Contractor shall be responsible for locating all existing underground water- mains, gas mains, power lines, telephone conduits a:id all other underground obstruc- tions at the site of the work() CLEARING AND GRUBBING: The right-of-way for the project shall be cleared and grubbed in conformance with Section 11 of the Standard Specifications. All trees within the right-of-way except those marked by City Engineer to remain shall be removed in accordance with Section 11 of the Standard Specai.fications. . EARTHWORK: Earthwork shall be performed in accordance with the requirements of Section 12 of the Standard Specifications except as herein modified. Full compensation for all haul and overhaul in transporting excavation to em- bankment areas or movement of earthwork in connection with the roadbed shall be con- sidered as included in the price paid per cubic yard for roadway excavation. Full compensation for furnishing and applying water shall be considered as in- cluded in the price paid per cubic yard for roadway- excavation. ' S Full compensation for compaction of soil under emibankment, where required by the Engineer, shall be considered as included in the price paid per cubic yard for road- way excavation. Approximately 14,300 cubic yards of surplus excavation as determined by the City Engineer from roadway and sturctural excavation shall be dumped as directed by the City Engineer on certain private properties adjacent to and not more than 300 feet from "H" Street between National Avenue and Ifon.gomery Freeway. Payment for hauling and dumping shall be considered as included in the bid price for roadway excavation and no addition- al payment will be made. If traffic signal conduits interfere with culvert construction at "H" Street and National Avenue, if ordered by City Engineer, the contractor shall perform the neces- sary work and payment will be made by extra work as per Section 4 (d) of Standard Specifications. Excavation around poles, or other permanent objects which are to remain within the right-of-way whall be completed by hand, in order to avoid injury or damage to r::eh objects. Full compensation for all such hand work shall be considered as included in the price paid per cubic yard for roadway excavation, and no additional allowance will be made therefor. Full compensation for finishing roadway shall be considered as included in the prices paid for the various contract items of work and no payment will be made there- for. IMPORTFU BORROW: Imported borrow shall be decomposed granite or sandy gravels or simi- lar materials conforming with the following requirements for grading and quality and shall be materials free from clay, adobe, organic matter, or any deleterious materials. The grading shall come within the following limits: Sieve Size Percent Passi_ 2-x 100% • #4 5 to 9C% #200 5% to 20,E P. Io 6 max. CBR. 140 min. Expansion 2% max. 425n Imported borrow which is to be cement treated shall conform to the following ad- ditional requirements: (1) When treated with !% to 7% of cement and tested in accordance with standard practice of the Division of Highways, State of California, shall have a minimum com- pressive strength of 650 pounds per square incho (2) GRADING Sieve Size Percent Passing l '" 100% #?� 50% to 100% #30 18% to 50% #200 7% to 18% m26� FLAY17-= flF T1 Plsnt-uf,x s ifaig st'all. 'conform h eoquir-mentv of Sec'.ion 2 6 of ti's SLanJard Sp'zci.fic,;:ticnet using /t naxiLwt irigat dansr grqded m-Ixtuic ard rixii tith cteom refined asphalt 3f grade 203-30V penctrstioa wh_ch shall conform to LiectiotA 63 cf 3andard Specificatiom.. 311f p-oped mec'vnl_ca.4. 3y:el:ding anC ecuipment, is to 17::: onnll con 'r)1-1 t: of etapter Vi y of 3ect-.-,,:t 2 of 3-t;-nlac.ct imixed down drains Berizs and plant/ tf:z11 d or no pans apc ypival cbiono fula compensation theretr.T. sh-131 1:e coisce . lu&d is nn paid f:er to o plant mixsrl surfc,cing ro AdditIonal Li1c .r. i11 111‘,. C7,17.NT TREMPIO 11I g.:thoc.t o eithor planb-mi_xl7g the ag gragata, PcrUane. t.z':me.it, and dater fo tic cont J9 oction&l, Coatractor shali 5pscii.\- kis ch.:1T. in bid. DapLh of troatmen', 1l b six (' ) lachev: 't e locat3f,: phs, o on the pl3h aul cross-voctions, The quantity of cellavi to he ni.7.ed with the ce2-..ctec o1211 1:"o betmeA fcur percent (4%) aLd savn perceirz by weighs the 6ry the exact quantity to b3 ordeed by the Enginea7... work under thin :.tai stall 4ensist of 01 ncc,assary I;o com:.1)ets rixng, co act '. shapn4 a7K: curing oei.cnt J.loated base- The aggrcEets ch,J11 oc paid f.17c imports 'Andox' Iit The Portlami cvment JL be paid for 2Ador Item ,115 QuantitiGs t'S di in mb './ coLp :A[; cement treated bsse shaU be -auJiderect al included in thc pri_ce paid r.!r s,'Ilare foot of cement treated base and n3 additio-lal bo ric thf..refo-, c ROAD-MEP CEIENT gVATED FiL : P.oal-.111x,7d ceint confu:IT tt. Section 18 of t.1-4,.‘ St.11711.rd SpccificAions, and tta reql,framnts of f:r1 Section 19, "Plant Mixed Cement Treated Base Articles (e), (1), (g), (h), and` (i) of the Standard Specifications except as modified under 'Cement Treated Base" above. PIANTIXED' CEMENT'TREATED BASE: Plant-mixed cement treated base shall conform to S®ction 19 of the Standard Specificationss except as modified under sCement Treated _-.se1° abo'toe. SEAL COAT After all other work has been completed, and as required by the Engineers a Class '"Do seal coats consisting of asphaltic emulsion's penetration type, confordiing to Section 23 of the Standard Specifications shall be applied to the entire width of completed plait= i ixed, surfacing'beginning where the surfacing is' oldest. Asphaltic 'emulsion shall be applied at the approximate rate of one-twentieth (005) gallon per .square yards the exact rate to'be determined by the Engineer° The cost of.furnishing and applying the seal: Coat shall be included in the price paid per ton of plant mixed surfacing? Asphaltic Paint Binder.-6Asphaltic Paint Binder shall be applied according to the requirements of Section 61' of Standard' Specifications° The cost of furnishing and ap- plying the asphaltic paint binder shall be included in the price paid per ton of plant mixed surfacing° CONCRETE STRUCTURES: Concrete structures shall conform to the requirements of Section 34 of the Standard Specifications. CONCRETE CURBS AND GUTTERS: Concrete curbs and gutters shall conform to the requirements of Section 43 of the Standard Specifications° PORTLAND CEMENT CONCRETE: Portland cement concrete shall conform to the re- quirements of Section 60 of the Standard Specifications. All concrete shall be Class "A" concrete containing five hundred sixty-four (564) pounds (6 sacks) of Portland cement per cubic yard. Maam aggregate size shall be 1i" and graduation shall be in accordance with • =28� • • r rab* the requirements for comvined aggergate sizes in Section 60 (c) of Standard Specifications, • Portland cement concrete shall have a minimum test strength after 28 days of 3000 Ronde per square inch. • • Installation of underground culverts in National Avenue shall be arranged SC that two 'twelve (12) foot lanes are available for traffic at all times. Reinforced concrete pipe and installation shall conform to the requirsmente of Section 51 of the.Standard Specifications. . ......2Corrutedmet. ulverts and installation shall conform to the require- manta of Section 52 of the Standard Specifications. , . . YMfid clay Pip sewer line shall conform to the reqairemants of the applicable portions of Section 52 of the Standard Spacificationeo. and to the requirements'as set forth in special provisioPeo • • -29- r • t , PROPOSAL \ b TO THE CITY COUNCIL OF THE CITY OF CHULA VISTA The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications, and read the ac- companying instructions to bidders, and hereby proposes to furnish all materials and do all the work required to complete the said work in accordance with said plans, if any, specifications, and special provisions, for .the unit price or lump sum set forth in the following schedule: • Item, Approx. Unit Quantity Items with unit prices written in words Price Total 1. 5,106 nuo yds.• • Roadway excavation and disposal of , material per cu. yd. 2, 3,670 cu. yds. Imported borrow in place per cu. yd. 3. 1,650 tons 2" Plant-mixed surfacing in place • per ton 4. 13,458 sq. yds. Mixing, compacting and shaping cement treated base per sq. yd. 5. 1,000 bbl. Portland Cement (cement treated base) per bbl. 6 35 cu. yds. Portland Cement Concrete (structures, curb, gutter, & sidewalk) per cu. yds. 7. 570 lb. Reinforcing Steel, in place per lb. 8, 190 cu. yds. Structure Excavation per cu. yd. 9. 36 lin. ft. 12" Rein. Concrete Pipe, in place per lin. ft. 10, 100 ft. 1&2"x8 ' Part Circle Culvert 8 Guage, in place per lin. ft. m 11. 12 lin. ft. /Reinforced Concrete Pipe, in place per lin. ft. m3� ' z ,l Item Approx0 Unit Quantity Items with unit prices written in words Price Total 12. 1 Raising or Lowering Existing Manholes to Finish Grade each 13. L,:l; p Grubbing and Clearing the Lump Sum of Sum Lmi? Sun 14. 48 lin. ft. Remove Existing 30" Reinf. Concrete Pipe per lin, ft. - 15. 282 lino ft. 22"x36" Paved Invert Asphalt Dipped Armco Pipe Arch in place per lin. ft. 16c; 6L lin. ft. 8" Extra Strength Vitrified Clay Sewer Pipe, in place per lin. fto 17. 92 lin. ft. Remove Existing 18" Concrete Culvert per lin. fto 18. 14 cu. yds. Remove Concrete Curb, Gutter and Sidewalk per cu. yd, GRAND TOTAL The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid shall become the property of the City of Chula Vista. Licensed in accordance with an act providing fog: the registration of contractors, License No. Signature of Bidder i an �ndividua , so s'a y . a irm or co®partnershzi.p, state the firm name and give the names of all individuals, copartners com- posing the firm. If a corporation, state legal same of corporation, also names of president, secretary, treasurer and manager thereof. ) Dated: 19 Busin s Address • • -3aA- • I a BIP,IIER'lS BOND) TO ACCOMPANY PROPOSAL ' KNOW ALL MEN BY THESE PRESENTS, 4,‘ That we9 ar �, as principal, and as surety, are held and firmly bound unto the City of Chula Vista in the sum of Dollars, ($ ), 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 ad- ministrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the above bounden to perform the following work: City of Chula Vista, RH" Street between National Avenue and Montgomery Freeway, a total of approximately thirty-six hundredths (0.36) miles in length to be excavated, graded and Waved. dated , is accepted by the City of Chula Vista, and if the above bounden , his heirs, executors, ad- ministrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the two bonds described within ten (10) days (not including Sunday) from the date of the mailing of a notice to the above bounden by and from the said City of Chula Vista that said contract is ready for execution, then this obligation shall be- come null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF, We hereunto set our hands and seals this day of , 19 3d t AGREEMENT t u �► CITY OF CHULA VISTA This agreement, made and concluded this day of between the City of Chula Vista, party of the first part, and , Contractor, party of the second part, Article I--Witnesseth, That for and in consideration of the payments and agree- ments hereinafter mentioned, to be made and performed by the said party of the first part, and under the conditions expressed in the two bonds, bearing even date with these presents, and hereunto annexed, said party of the second part agrees with the said party of the first part, as his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to complete in a good, workman- like, and substantial manner • City of Chula Vista, " ' Street between National Avenue and Montgomery Freeway, a total of approximately thirty-six hundredths (Oo36) miles in length to be excavated, graded, and paved, -_. in accordance with the special provisions therefor, and also in accordance with the specifications entitled "State of California, Department of Public Works, Division of Highways, Standard Specifications, January, 1949," which said special provisions and standard specifications are hereby specially referred to and by such reference made a part hereof. Said work to be done is shown upon the following plans: City of Chula Vista Street improvement projects No 19, sheets No 52-18L, 5i2zl9L, 5.2-201,i 52-2114 52421,9 which said plans are hereby made a part of this contracts Article II- And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and doing all the work con- templated and embraced in this agreement: also for all loss or damage arising out of the nature of the work aforesaid, or from the acts of the elements, or from any un= forseen difficulties or obstructions which may arise or be encountered in the prosecu tion of the work until its acceptance by the City of Chula Vista 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, and for well and faith- fully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and requirements of the Engineer under them, to-wit: 32 r • 4 Item Approx. Unit Quantity Items with unit prices written in words Price u Total_ 1. 5,100 cu. yds. Roadway excavation and disposal of material per cu. yd. 2. 3,670 cu. yds. Imported borrow in place per cu. yd. 3. 1,650 tons 2" Plant mixed surfacing in place per ton 4. 13,1.8 sq. yds. Mixing, compacting and shaping cement treated base per sq. yd. 50 1,000 bbl Portland Cement (cement treated base) per bblo 6, 35 cu, yds. Portland Cement Concrete (Structures, Curb, gutter, & Sidewalk) per cu. yd. 7. 570 lb. Reinforcing Steel, in place per lb. 8. 190 cu. yds. Structure Excavation per cu. yd. 9. 36 lin. ft. 12" Rein. Concrete Pipe, in place per lin. ft. 10, 100 ft. 142" x 82" Part Circle Culvert 8 Guage, in place per lin. •ft. 11. 12 lin. ft. IIteinforced Concrete Pipe, in place per lin. ft. 12. 1 Raising or Lowering Existing Manholes to Finish Grade each 1) . Lump Grubbing and Clearing the Lump Sum of Sum Lump Sum 14. 148 lino ft. Remove Existing 30" Reinf. Concrete Pipe per lin. ft. —33— Item Approx.; Unity ' Quantity Items with unit prices written in words Price Total 15. 282 lin. ft. 22"x36" Paved Invert Asphalt Dipped Armco Pipe Arch in place per lin. ft. 16, 64 lino ftl 8" Extra Strength Vitrified Clay Sewer Pipe, in place per lin. ft. 17. 92 lin. ft. Remove Existing 18" Concrete Culvert per lin. ft. 18. 114 cu. yds. Remove Concrete Curb, Gutter and. Sidewalk per cu. yd. GRAND TOTAL Article III -The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set 'forth; and the said parties for them- selves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. Article IV--It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein• shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first above written. illibCITY OF CHUIA VISTA Mayor LW ' ► _ .s _ Approved as to Form: Contractor 19 City Clerk � , / Ci y Attorney BOND FOR MATERIAL AND LABOR ' ;.. 's IOW ALL MEN BY THESE PRESENTS, That I e • • • , the Contractor in the contract hereto annexed, as principal, and . • as Surety, are held and firmly bound unto the CITY'OF CHULA VISTA, a municipal corpora. Lion, located in San Diego County, California in the sum of Dollars ($ ), lawful money of the United Staten, for which payments well`and`truly to be made, we bind 'ourselves, jointly and severally, firmly by these presents. Signed, sealed and dated ' The condition of the above obligations is that if said principal as Contractor in the contract hereto annexed, or his or its subcontractor, fails to pay for any material, provisions, provender, ,or other supplies, or teams, used in, upon, for, or about the performance of the wort contracted to be dons by said Contractor, namely to furnish all tools, equ$psent, apparatus,'facilities, transportation, labor, and material8 other than material, if any, agr"eeed to be furnished by the City, necessary to 'perform and complete'6-and to perform and complete in a good and workmanlike mmneer, the work of:— City of Chula Vista, ffY+ Street between National Avenue and Mdntgomery Freeway, a total of approximately thirty-sir hundredths (Oo36) miles in length :babe excavated, graded and pad, in strict conformith with the terms and conditions set forth in the contract hereto an- nexed, of, for any work or labor done thereon of any kind, said surety will pay the same in an amount. not ,exceeding the gum hereinabo'e set forth, and also in case suit is brought upon this bond,, a reasonable attorney's fee tote fixed by the courts. This bond shall inure tc the benefit of any and all persons, companies, and corporations en' titled-•to file claims under and by virtue of the provisions of an act of the Legislature of the State'of California entitled, 'An Act to secure the payment of the claims of per- sone.employed by contractors upon public works, and the claims of persons who furnish materials, supplies, teams, implements or machinery used or consumed by such contractors in the performance'of such works, and prescribing the duties of certain public officers with respect thereto, i*approved May 10th, 1919E as amended; and the said surety, for value 'received, hereby stipulates and agrees that no change, extension of time, altera- . tion or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise,affect its obligations on this.bond, and it does hereby waive notice of any such .ohanges, extension of time, alteration or addition to the terms of the contract or to the work or to the specifica- tions a • • n ra c r urety Approved as to form: ty Attorney° �� • $ ! M 1 t + • u • BOND DID FAITHFUL PERFORMANCE INor ALL MEN By THESE PRESENTS, That Itff • , the Contractor in the contract hereto annexed, as principal, and ' • as Surety, are held and firmly bound unto the CITY OF CHULA VISTA, a municipal cor- poratione located in San Diego County, Californian in the sum of , .._ .w _ _ poles ( )9 lawful money of the United States, for which payment, well and truly to be:made, we bind ourselves; jointly and severally$ firmly by these presentto • Signed, sealed and dated . The condition of the above obligation Is that if said principal as Contractor in the contract hereto annexed shall faithfully perform each and all of the conditions of said contract to'be performed by him,,and shall furnish all tools, equip ent, ap- paratus, facilities, transportation, labor, and matirlal, other than material, if any, agreed to be furnished by the District, necessary to perform and complete, and to per- form and complete in a good and t torkmanlike• manner, the work of:-- City of Chula Vista, "FP Street between National Avenue and Montgomery Freeway, a total of approximately thirty six hundredths 0036) miles in length to be excavated, graded and paved, in strict. Co iformity,with the terms.and conditions set forth in the contract .hereto an, . nexed, and shal.,paay or cause to be paid all persons who perform labor, for or furnish materials to said Contractor, or to any subdcontractora. /n the execution of said con- ' tract, then this. obligation shall be null, and void—otherwise to remain in full force and effect; and the said surety, for value received, hereby stipulates and agrees that no change, ex enaion 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 in any wise affect Ste obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the ork'bri to the specifications o • • o retractor uretg� Approved as to forms C ty t oz�eyo • Y 4 - 4 ' ; • 4 BIDDER'S STATEMENT OP EXPERIENCE AND REFERENCES • • ' The Bidder is required to state below what work of similar character to that included,in the proposed contract, he has successfully performed, and give references Bch mill enable the Council to 'fudge of his responsibility, exper- ience, skill and business standing. • • • • y,r „iy • • Y a • 13IDDER7S STATEMENT OF EQUIPMENT If contract i8 awarded `under'this proposal, the bidder proposes to do the work with equipment of the following character and quality: • • • • • CITY 0 " CHULA VISTA • Department of—Public Worke . . ..,Tune 19, 1952 . Mate. of California • _ _' Division of Highways - . 1365 Harbor Drive . San Diego, California • Attentions R. L. uthel, Dist..Office Engineer - . Dear Sir: . I am enclosing two copies of the plans and specifications for Project No. 19,: ' • - ' Unit No. 3, H Street Improvement, Chula Vista, California. N r estimate of cost is as follows: . . Item Approximate Description Unit Price Total Qupti 1 5,100 Cu. yds. Roadway excavation and disposal 1.30 6,630.00 of material 2 3,670 cu. yds. Imported borrow in place . 2.90 • 10,643.00 3 1,650 tons 2" Plant-mixed surfacing in place 7.50 12,375.00 4 13,458 Sq.-yds. ...Mixing, compacting and shaping cement treated have .45 6,056.10 5 1,000 bbl. - Portland Cement (Cement treated baase)4.50 . 4,500.00 6 35 cu. yds. Portland Cement Concrete in place 50.00 10750.00 7 570 lbs, • Reinforcing Steel, in place .20 . 3,14.00 8 . 190 cu. yds. Structure Excavation 4.80 912.00 9 36 lin: ft. 12" Rein. Concrete Pipe, in place 3.50 126.00 10 100 ft. 42" x. 8i Part Circle Culvert . • 8 Wage, Laplace 7.00 700.00 1I . 12 lin. ft. 24" Reinforced Concrete. Pipe,.in . puce . . 5.50 66.00 12 1 Raising or Lowering existing Manholes to Finish Gracie 25.00 25.00 . 13 Lump Sum Grubbing and Clearing in the Lump Lump Sum of Sum 4Cee.te, • 14 48 tin. ft. Remove Existing 30" Rei.nf.. Concrete Pipe 2.50 120.00 15 282 lln.ft. 22" x 36" Paved Invert Asphalt Dipped Armco Pipe Arch in place 9.25 20608.50 16 64 lin. ft. 8" Extra Strength Vitrified Clay Sewer Pipe. in place 3.50 224.00 17 92 lin. ft. Remove Existing 18" Concrete Culvert 1.50 138.00 18 14 cu. yds. Remove Concrete Curb, (hitter and . Sidewalk 10.00 1110.00 Railroad Signals �+4,13+0�,00 Subtotal . 0 528757 . 0,. • • Contingencies 5% 2,637,88 ' Construction Engineering 3% 1,582.73 56,978.21 (New 8" Sower)(City Funds) 464.00 . Tom 0 56,514.21 . very truly yours, R. A. FLOYD, R. E. 49915 City Engineer