Loading...
HomeMy WebLinkAboutF-238CITY CLERK'S FILE 110. F-,�32 SUBJECT: , TO L;E PAID 35 Laxs HENU %adr .:2deW+w �alti�rnl� ;:uthw_Janne' fit_»..'.`''>.7 . Sanit r}. 'c.wcr, Walter Street - Laurel i&ne et a2 December 31, 6:" $60,841.21 Total chanje orders $1,334.86 4 FINAL 460,841.21 $1,334.66 62,176.07 62,17'.07�" 6r,176.07 98.46 ,Z/� ��ZG�ite2o San Le1A ;)9sa a}Mc .r3l.tnztilr ;ki•�, January 7y,.)95,�,.,_ LYLLB 00"Al e.- ..._......... ._.....-_..r. Sever -Walter otrt�ea.Lrnrel Lnne-,et alb.__,_..___+....-...--.------ FIN;ar,CY w."..��..- ae .ember _ ra*» O .> . y. 4610.54 InrrvGse: C. G. 82 Learease, C. 0. 2A a56,230.67 tOO,841.21 c. c. 5.00 C. 0. #1 3505.00 C,. 0. ff2 + 588.00 C. 0. #2 588.00 C. u. #3 + 262.49 C. c. A + 67.37 C O. ffu - 108.00 62,176.07 Yt.a1.u.. �-.LtaCxe,T. — q .s. ^�� r~: t►l� .R t.....�t". •V62,176.07 :wad' )' "J •Ya%i* af1ii�ttrrirlrTas u.rm' ,J 6,217.61 55,958.46 60,725.'=7 _.d. rre+ V. WALTFR - LAuREL s'1'. ETA.L nitary 0 ....._,., z. ..�. sees 1)5t- Deoember.31,_ H;r_. David F. Romero RAISE TWO (2) NuuVHOLE RINGS IN WALTER STREET iA7.37 We, the un1ere3.gued contractor have ylven Total cost of careful considerction to the ohangea Prc- nct to exceod posed and hcroby agree, it this Proposal Is Pproved, th&t ve :11 provide all equip- aubmitted. Dy men', farnish all materlsle, except as may to noted abode and perform all servioos _ neoe:,aer, for the wort. abova spec+ties, end pill accho r.c peya.ent therefor therks ..](aldrp prices shown r.boveove. k;y rcascn cf thia Prop. -.Sod c!,-nga •10.. David F.10u-ero hay, ez,;!'sion of time will be e.11oved. Deoember 31, nCcepced Pete_ _.;56 YWtl.i'aCtrOr 0 0 2-A December 31, $6 W. M. Lyles Co. David F. Romero 1 1 Walter-Layrel 6t. Eta], Sanitary Sewer D E C R E A 3 E in footage from Change Order No. 2. Nine (9) Lin. ft. 18 inch V.C. pipe between approx. Sta. 1743b & 1i,496 ® $12.00."''410e.00 -0- J)M&ASE Cn"GE ONDmri nu. 2 - 108.Oo nin-ue Burke V. Waldron Dsvi3 F. Romero December 31, 36 Son LuL Obispo, CellfOmit Data November 5, 195 6 City of San Luis Obispo This is to certify that M. LYLES COMPANY .. rontreotora . r the c�latruo ono 4 Sanitar+ Sewer and Water Mains - '+falter Street Laurel lane at al. Date of contract, VALUS OF "TOTAL WORN DONE" DURING THIS Contract' ESTIMATE NiRfNEN 2 VALUE OF "TOTAL :IORK DONE" PREVIOUSLY VALUE OF "I'CIAL WONY DONE" TO DATE. Sidra work 505.00 350; . and change C.O. i00 order :e�.0. #2, $583.00 - — L 533.00 Teel value of work done . .. . .$57,323.67 Total value of "Mat,eriole on Ron!" as per detailed statemnt furnished by Contractor. . . .$ - Total of "Value of Work Dane" and "Materials on Nand". , . . . . . .. 7, 2377 Deduetionot lass 10 % of "To'tel Value of Work Done" a 5,732.37 Leas_,-,_% of "Value of Materials on Nand" $ - Lessl.�._2 Subtotal . . . . . . . . . . . . . . . . • .S 51,591.30 Dcdu:t prevLOYe pdyc3nt . . . . . . . . . . .S z2.291•oj_,__ TOTAL AMOUNT DUE TN15 ESTP-IATE. . . . . . . . . . . . . .. . . . ....29 .?L._ Contract price S of '+ork com. plated to c_te 9�..__,� MRda by' HI Checked Eye f.ppmv;d. bp' FR CS'rY ur' jx2 1.UIJ ulil ,Yu, "IF UR NIA Sheet_ 1 Proaect WALTER STREBT - LAUREL IANE SEWER Cac .rav' Change Order Poo._...,._ 2...r.__ Gatd_. September 27, _19_ 6 Tr W. Y. LYLES WO ANY ,Contrac LGr. You are nerehy auauLhorined and di,,ected to make the herein desc.^lbed changes from the plans aad specifications, end/or to increase or decr-Pee contract cutntitlea as follows.. as requeo Cod by_____ltvid r, Romero _ -R Install forty-nine (49) lineal feet of 18e V. G. between approximate stations 17 + 38 to 17 + 96 ® 12.00 per foot, $568.00 we, the uneersigned cos,,:actor have given careful consideration to the oha;igeo Pro- posed ant hereuy sgree. If tble proposal Is approved, that we ill provide all epuip- mant.; furnish all msterl,ls, sxcept ax :nay be noted above and perfore, 911 oervioee neeeaenry for the work above svecif led, and .will &-capt as full paymar.t therefor the rlee� EIloxn aDode l+y reason of ut_is provutaa ge N_1L_.. m,yn exi:.tsloa of time will. et el 01;', d'otai cost of chae�e not to exceed 4 588.00 a rse 1, I. t F' Dv ��erS Beni E;n'gind.r urke V. Naldr QL__., tty t:n�tnPPr DEvid r. Romero September 27, le 56 •��De to tir:prove �- CITY UV �Ar LbIs Uul,ev, u:14'uRMLA ohe a t___j_.ofLDjhee in rroject WiLTERSTxEET_r •3_Nh Contract Ghan,,,. Order 4.0. 1 Uatr._ Se,�tgmbar 27. 5¢_ To x• xs�,�,F,9 �Ot�a�i __-- _ ,Contractor. You are ue.-r.by suthurize-1 and directed to make the herein described change a from the plans and speoiflcatlons, end/or to increase or deer -Pee contract cusntltlen, as f'Alows As requested .py David `. RQmeXQ_ Extra work aris=ng fmm new alignment from Station 0 + 00 to Station 7 + 33, $505.00 We, the cu:traatOr hay* g1VVn oaraful Consi,.=ration to the Changes pro-o- T ased anel hersoy agree, if ;his prupesel 1s ar�proved, that we -1LI provide ail Ravin - men;, furnlsh as.i mater'.,le, except as may to note,'. above and perfurs' all servlaes Pacenary fer the work above sbeclfled, and w1.11 w,etpt as fell payment therefor the prices gnawn an,ors- by -eason or tithe proroae'. on-nye No .rays extene.il:. n; L11,16 wil.i. be F'. owad total cost of Change not to exceed a 505.00 au WeitUs=? r.� -lIF..ai!-ent t,nrrineer — BURKB V. WALDAON Ep✓,lneer DAVIAViD r . ft0:d-tERO September 27, Iq 56 -De Le n�nrnv0A LI City of San Luis Obispo San Luis Obispo, California Date October 1. 1956 _ Thin is to certify that W. M. LYLFS COMPANY i.;on[.raetors Sor me -, v, e,rn'msav sfut.•.a sMiedlWN8219M - WALTER STREET, LAUREL LANE, at al Tinto of cmtract, ESTIMJITE HMEBEt 1 VALwi a * Tl7TAL :JORR --t1UNE" DUhlNr, THil? EST1Mc TE PERIOD. �VR LUt OF "TOTAL '•tORK DONE" PI&V10US LY P.EPcmT=�• II VALUE OF "TOTAL MOR% f DON" TO DATE.. ' _-.- ., .____.__..._._._..____--. Contrsct+ $231,101.19 11 $23,101.19 Extra work and change orders per ._attached+ Total ♦alum of work done . ,523,101.19 Total value of "Materials on Rand" as per detailed statement iLrniehod by Contractor. - .$ 3,000.00 Total of "Value of Mork Dma" and "Materials on Hand". . . . . . . . •-E26,101.19 Deduct tims t Loss 10_ b of "Total tiAlue of Work Donn" E 2310.12 Lose— A of ^Val� of 'materials on Hand" Y 1500.00 Less subtotal, . . . . . . . . I . . . . . . . 322,291.07 fi duct previous ;-aymr-t _ _._... TOTAL AMOUNT LUE TH ZS ESTLNATE. . . . . . . . . . . - 922,291.0.7_._. Contract price v 600,725.67 _ 1 of :pork con - toted to date 38 16 J • City of San Luis Obispo San Luis Obispo" California D,ts October 1, _1956_ This to to certify the W. M. LYLFS COMPANY �. contractors for the construction o XALTER STREET & LAUREL LANE et al HATER MAINS PROJECT UNIT NO. 2 Date of contract, S TIMATE NUMBER 2 (FINAL) VAllIE OF "TOTAL 'WlIiK —� !X:N`.'" IWRLNO THLS ESTL'I5'I'E Pf'RIOD. IY.)NE" PREVIOUSLY �y VALUE OF "TOTAL 'WORK REPORTED. VALUE OF "1q?AL ~'OBIS ONE" TO IMTE- — Cmtrao t a � $8,854 76 Extra work and change o=yers per None _-.attached I —.--_— -------.— Total value of work done . .w 8,854.78 Total value of "Msterials on Nand" as per detailed statement furnished by Contractor, . . . . .S - Total of "Value of Mork Done" and "Materials on Mond", . . . . . ., . . L"dur time 2 Leas 10 A of "Total Value of Work Dore" S Lea= of "Value of Materials on Nand" - LA of eas S "` Total duations� .S None _..._ Scbtotal. . . . . . . . . . . . . . ... . . .S 8,856.78 Deduct previous pay¢^_nt . . 7A969.30 TOTAL AMOUNT DUE TNI5 ESTIMATE. . . . . . Contract price % of 1,0r8 corn. ,'Isted. to data 100 We byt � BIY�~ Checked Approved b; : - _-... Dyi . ',� 3ryirer See Lida Obispo, Uliforuia Date t _ I Q05_ .. City of San Luis Obispo xx This is to certify t:st_— OORtrattQrf! gar tun aY ITER 4y TjFAT & I&UREL IANE et al. WATER MAINS PROJECT UNIT NO. 2 Date of Coltract, VALUr.' OF "TOTAL 1IORX DOW.- LX"UNr. THIS C Arent, _ $8,854.78 MFKtra4 WorK and esk'Wape Orders per Deductlw z+ -STIMAT£ NIRSBrB�_ 1 YALUE Ir "TOTAL ':.CBE PONE" PREVIOUSLY None None V16 WYA OF "TOTAL mKORX a;.NS" TO .7ATE. $8,854.78 None Total value of Work dme . _3 8,854.78 Total value of "Material* on Nevi" as per detailed ststesrnt furnished by Contractor. .. .$ Total of "Vela" of Work lion." and "Materials on Nand". o . o -S E,85LN I,eas 10 A 01' "Total 'io'_ua of Work Dorn.:" S 885.48 Lees=� of "Velum, of Materials on Hand" S Less = of $ - �__"_ suhtotal. . S 7,969.30 Deduct prreviou" peycent . - . None "N ll.L AMU= JUE THIS �%ntrecx Price 4 of •: ork cm� plats'. ::u 4ate jQO _.-._._..._% Made hvt RIV ..... _._._ �,Pl;,____..�,_ ➢dL.ad 0 0 CITY OF SAN WIS OBISPO • Ski LUIS OBISPO COUNTY, CALIFORNIA CCNTRACT FOR THE CONSTRUCTION OF SANITARY SEWER AND/OR WATER MAINS TTi:: 2T`:;;7, THIS AMMEdT, made and concluded, in duplicate, day of August ,one thousand nine hundred a between the City of San Luis Obispo, San Luis Obispo County, of the first part, and M. M. LYLES COMPANY, P. D. BOY 495, Contractor, party of the second part. ARTICIE I. llitneaseth, That for and in consideration of the pay- ments and agreements hereinafter mentioned, to be made and performed by the said party of the first pert, and under the conditions expressed in the two • bonds, bearing even date with these presents, and hereunto annexed, the said party of the second part agrees with the said party of the first part, at 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 construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City of San Luis Obispo, the sanitary sewer and/or water mains, in accordance with the specifications therefor, in the volume entitled, ItCity of San Luis Obispo, California, Contract Documents and Specifications for Construction of Sanitary Sewer and plater Hains, -falter Street, Laurel Lane, Et Al," dated August, 1956, which said specifications are hereby specifically referred to and by said reference made a part hereof. Said work to be done is further shown on plan entitled. "City of San Luis Obispo, San Luis Obispo County, California, Plans for the construct- ion of Sanitary Sewer and !later ISaina, Walter Street, laurel lane, Et Al," dated August, 1956, which said plans are hereby made a part of this contract. ARTICLE II. And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials not to be furnished by the Party of the First Part, and for doing all the work contemplated and embraced in this agreement, also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Party of the First Part 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 faithfully completing the work and the whole thereof, in the manner and according to the plans and specifi- cations, and the requirements of the Engineer under them, to -wit: CD - 15 Item .;ppro�dmatc V Itea with Prices Unit Now --Quantity _. Unit Written in Words Price Total - • PROJECT UfiIT 1 SIXIT.,RY SEWERS 1. 666 1dn.Ft. Furnish and install 6-inch vitrified clay pipe, at Five dcllars and ten cents w396.E0 per lineal foot 2. 1,076'+ Furnish and install 8-inch vitrified clay pipe, at three 4ojliM-dnd_t4 en, X_ six cents Fs Z _; 4045,76 ----,VA" per lineal foot 3. 994 " Furnish and install 10-inch vitrified clay pipe, at four dollars -and tve= two per lineal foot 4. 1,225 " " Furnish and install 15-inch vitrified clay pipe, at six 344u-w-d a five taal_�—____.,A4A�Yab'✓ 6c rz._._ 8391.25 per lineal foot 5. 795 J J Furnish and install 18-inch vitrified clay pipe Sta. 0..96 to 7-00, at ei*t do jRrgand thirty cents per lineal foot 6. 1,045 " " Furnish and install I8-inch vitrified clay pipe, Sta.7i00 to 17.45, at sixteen dollars • .. _ ,D�dYJ��s ;;16.00 f__wL6720100.- per lineal foot^ Itca;,pproximntc Itn with Unit Prices Unit • No.,_._. QuantityUnit 41r1tton_hi fjords Price _Total ?• 690 Lin. Ft. Furnish and install 18-inch vitrified clay pipe Sta..19i96.12 to 27.45.81, at seven_dollare and ninety cents -54 51.00 per lineal foot 8. 241 •'+ Furnish and install 18-inch•'Smooth- flo•+ corrugated metal pipe with fittings and metal anchors, at fifteen dojlars and eighty eivht cents __,O w 1�.88 __.`,• 8,�27.08 per lineal foot _ 9. 60 •+ Furnish and inst dl 18-inch, No. 3 gage, lined and coated welded steel pipe, at �tQ4n. d.4��rJ_Bn?•aetY three • Conte - per lineal foot 10. 2 Each Construct manhole with metal frame and cover, under 6 ft. in depth. at one. h�mdred eipp�doLF.ars --, per esch 11. ll " Construct runhole with metal frame and cover, 6 ft, to 8 ft. in depth, at tv4. hupdr94_ tg_¢437d£4_..__ per each 12. 5 '+ Construct manhole with metal frame and cover, 8 ft. to 10 ft. in depth. at_tW- .h d_HQ44B13'_d2llars • per each CD - 17 Itom -:.pproximte •- Item xith Unit Prices Unit - •-•'�'- -' • No., _Quantity, �_- Unit J_ _- I7ritten in Worda _ Price_ . 1bta1 13. 1 Each Construct manhole with metal frame and cover, 10 ft. to 12 ft. in depth, at Am- -4und:•sd..4EvintY.$1.�4d/4/,/-Axs�e . ......�J]�1�H# ,27S1Q0.._.. rf e M per L'aCh 14. 1 •1 Construct manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at rhr hmdred nLpet,y ------------- por each 15. 1 11 Construct mank:olc with metal frame and cover, 14 ft. to 16 ft. in depth, at four hundred fifty dollars _ pur each 16. 1 " Construct manhole with metal frame and cover, 16 ft. to 18 ft. in depth, at five hundred forty dolLrs _ . per oath 17. 2 ° Construct drop manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at S�q hundred dolls-.tk - _, __. - . - -- - - .71X W W54 AQ - - --12 00�0.0. _. YPTi &1CIi 18. 2 Construct concrc-o pip. supports, at e�ys, hnlndq�d dgl7,a3�4.. _—_ _. per each CD -I- Item �:lppro�de�atc � Item with Unit Pricoa Unit -'� • No. ___.__, Qtantity Unit ___`j7ritten in Words E'rice �._ lbtal,__V 19. 5 Cu. Yd. Furnish and install concrete pipe jacket, at thirty- foor-dolla" .�. �,� 34.00 $-170.00` per cubic yd. 20. 1 Each Furnish and install temporary 6-inch vitrified clays pipe con- nection betwoon 18-inch sower and existing manhole at Sta. 0-75, at one_hxmdxed. dollars ___Y.. 100.00 100 00 per each TOT,X PROJECT L•:aIT 1 $W,725.67 CD - ly Item Approximate --- Item with Unit Prices ~ Unit • No; !yaantit�UnitNrJL in fJords-^_ Price .v_ Total__, PROJECT U11I'i _ 2 21, 1,262 Lin.Pt. Install only 6-inch mechanical joint cast iron pipe water main, at__2x4.r..4..lnd. aeyan _444tl... _ ....— �?:1rZ. ,. __ ... 'M°•���''�-_ per lineal foot 22, 2,474 " Install only 8-inch mechanical joint cast iron pipe water main, 9.l�Z..4e2tt.. per 1Lnea1 Poot 23. 2 Each Install only 6-inch mechanical joint • gate valve complete with valve box on water main. at tar t; A1" dQu4r1t . — _ ---- per each 24 4 Install only 8-inch mechanical joint gate valve complete with valve box on water main, at .thicQr _S1Y! . dallataY...�__ . ------------ per eacl: 25, 6 Install only, fire hydrant, 6-inch mechanical joint, with valve and valve box, branch Lmin and appurten- ances, %t Seventg five dollrrp,___ — .. • _ _._eac per h TOTAL Pi:OJ&CT WIT 2 CD 2D Should any dispute arise respecting the true value of any work omitted or of an; extra work which the Contractor coy be required to do, or • respecting the size of any payment to the Contractor, during the performance of this contract, said dispute shall be decided by the City Council and its decision shall be final and conclusive. 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 themelves, 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 contained shall be considered as an acceptance of the said terms of said proposal conflictin. herewith. ARTICLE V. -- The Contractor shall forfeit, as penalty, to the City of San Luis Obispo, Ten Dollars (,.10.00) for each workman employed in the execution of the contract by him or by any subcontractor, for each calendar day during which any workr=n is required or permitted to labor more than eight (C) hours in violation of the provisions of Article 3, Chapter 1, Part 7, Division 2 of the Labor Code and all amendments thereto. • ARTICLE VI.-- The Contractor shall forfeit as penalty to the City of San Luis Obispo, Ten Dollars (. 10.00) for each alien lamo<'ringly employed in the execution of the contract, for each calendar day or portion thereof, during which said alien is permitted or required to labor in violation of the provisions of Article 4, Chapter 1, Part 7, Division 2 of the Iabor Code, and all amendments thereto. ARTICIZ VII. -- Only such materials shall be used in the performance of this contract as conform to the requirements of Chapter 4 of Division 5 of Title 1 of the Government Code of California. • C - 21 ARTICLE VIII.-- Reference is hereby made to the rate of prevailing • wage scale established by the City Council of the City of San Wis Obispo and attached to these specifications, the provisions of which are hereby specified as the rate of prevailing wage to be paid worloaen on this project. Y WITNESS '.".wIMr, the parties to these presents have hereunto set their hands the year and date first above written. Attests 'CITY CT -FM-- J. H. FITUASRIC[ CITY or SX4 LUIS oSISPO MAYOR - W. M. LYLiR CCMPARY Approved as to form: • City Attorney WILLIAM RCUSER, JR. • rP Cl - '2 9 August 27, 1956 The following bids were received and opened August 27, 1956, at 3:00 P.M. for construction of Sanitary Sewers & Water ;;,ains, Walter St. - Laurel Lane, Et Al: CONTRACTOR PROJECT #1 PROJECT 2 TOTAL 1. Ochs & Son $ 9,559.40 unit 2 only 2. L. E. Webb Construction $64,995.89 Co. 3. W. M. Lyles Co. $6o,725.67 Present at bid opening: W. M. Lyle Richard D. Miller, Administrative Officer D. Fomero, City Eneineer J. H. Fitzpatrick, City Clerk Rep. of Pacific Clay Co. Rep. of Gladdinp M:CRean Co. 15,915.38 4 80,911.27 8,979.78 69,705.45 Faithful Performance Hood "J� N0M6 OFi1CC. LOC ANOCLCC. CAMIOFUW♦ CONTRACT BOND (Faithful Performance) KNOW ALL MEN BY THESE PRESENTS: that we, W. M. LYLES OD., a corporations as principal, and the PACIFIC INDEMNITY COMPANY, a corporation duly organized and doing busi- ness under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the said State, as Surety, are held and firmly bound unto CITY OF SAN LUIS 021SPO (hereinafter called the Obligee), in the sum of THIRTY FJUR THOUSAND EIuHT HUNDiM FIFTY W AND 73/100 - - - - - - - - Dollars ($34,852.73 ) for the payment whereof well and truly to be made we and each of us bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that. Whereas, the above named bounden principal entered into a contract dated AUGUST 28 19 56 with the said Obligee to do and perform the following work, to -wit: CONSTRUCTION OF SAITITARY SEWER AND/OR WATER MAIHJ, 'vJALTER STREET, LAUREL LANE, ET AL, PROJECT UNIT 1 & 2. a copy of which contract is or may be attached hereto, and is hereby referred to and made a part hereof. NOW, THEREFORE, if the above bounden principal shall well and truly perform the work contracted .. _ ;n full STATE OF CAWFORNIA, _.._ _.__.__..._..........Cowty of__ER?SN2_......_.............._.... �. On thu.._ �._...._ . r A��T . _. rear one Ihomam! nine bnndred and.._FIFT7.NSL%. ...._da oC..... __..._._....... _...._...........ae the __.___...... wyeee am, .____. _M._0,._ HUMPfpj,l'(Sa JR. __...a Noury Public in and for aid County and Sane, re.ldina therein dub cmmmr..rolmd and .tom. p.re,mally aplwared _._...... WALIT,r.d..L..._CLARK.__.... _. _. known m me to be the duly authorized Atmrncy-in-Fact of PACIFIC INDEMNITY COMPANY, and the tame penon whoa name i..ubacnhcd to the rhhm imlrmtn+�ent .. the AuoroeyirvFact al aid Company, ad the aid INI.r,T'.a. L. LA:p{ .[I[npw1e46ed In me Ih.l he vub.eribed the more of PACIFIC INDEMNITY COMPANY, thereto .. wcmy and hi. own name a Anorm, in Fact. IN WITNESS WHEREOF. I have hereunto vet my hand and atfiard my official .rat the d.y and year n, this Ceniii m, fire above voiuen. Notary Pnhhcm..dfar_.. th. said._.. Caannol _FAMNO _... .sour.(1-al;fneam rrrn 41ma Ner. BISM Ib IPn __�_ L. Af &.BONII�57 Public Work—C�aaiiornPa HOME OFFICE LOS ANGELES C.LIFORNI KNOW ALL MEN BY THESE PRESENTS: That we, W. M. LYLES CO., a corporation BOND #312884 Coo as principal, and the PACIFIC INDEMNITY COMPANY, a corporation duly organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the said State, as Surety, are held and firmly bound unto any and all materialmen, persons, companies or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or about the performance of the work contracted to be executed or performed under the contract hereinafter mentioned, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said work to be done, and all persons who perform work or labor upon the same, and all persons who supply both work and materials, and whose claim has not been paid by the contractor, company, or corporation, in the just and full sum of SIXTY NINE Ti WAND SEVIIf HUNDRED FIVE AND 45/100 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _DOLLARS (s 69,705.45 ), for the payment whereof well and truly to be made, said PRINCIPAL, and SURETY bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the foregoing obligation is such, that whereas the above bounden PRINCIPAL has entered into a contract, dated AUGMT 28 19 $6 , with CITY OF SAN LUIS OBLSPO to do and perform the following work, to wit: CONS i'fffi:.TION OF SANITARY SMR AND/OR WATER YMS, WALTER STREET, LAURM LAN?, ET AL, PROJECT UNIT 1 & 2. NOW, THEREFORE, if the above bounden PRINCIPAL, contractor, person, company or corporation, or his or its sub -contractor, fails to pay for any materials, provisions, provender, or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, the SURETY on this bond will oav the same. in an amount not exceedinv the sum specified in this hnri& nm. STATE OF CALIFORNIA, of_.._.TI.wc..W. _ ....--- _........... on this l..___ALMIHT-.. _ .................in the rear on. Ihouxand rim' hundrrd .od__._TUFTY.-,,511.........._.. brfore ma......... H.....0,... HfB'.fPHR.�Ss..aiR. _-..__._.... a Notary 1161k in .nd for Said Count, ..d Slue, r<.idina di rri. duly commi.xiooed and'roan, prmm.11y .p'&rHi WALTZ L....QL.dRX._.... _ known to me to b, it, duly .mhoriu+l Anornepin-Fain Rf PACIFIC INDEMNITY COMPANY, and thr Sam, perm. Rh. name b .ubsrdbed to nrr vithio iruuamera .s the Artorne-w-Fart at Said Company. •.d rhr Said WALTFR L._ �LS18Y __ alk..I d,,d m me Ihn hr xu1R,'riMl tM n.mr of PACIFIC INDEMNITY COMPANY. thrrro a. wr., and hir ow. a.me. a. Anomey-i. F.M. IN WITNESS WHEREOF. 1 hay. hrrrunto .-1 in, hand and ath.,d my of,ml Sal Ih. day and yrar In This Gvffi,e, finr.b.- Rriuon. RE Nourr rnmir ,n.nd wr .the said conur .t F •� . �t I f tihbmi.. l.— Grwa ay. a ISM rx (PP) 41w- HOME OFFICE. LOS ANGELES CALIFORNIA BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, Na M. LYLES OC.y a corporation, (hereinafter callcel the principal), as principal, and the PACIFIC INDEMNITY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of GALIFO RIIA , as Surety, are held and firmly bound unto C.ITS OF SAN LUIS OBISPO - - - - As As - - (hereinafter called the Obligee) in the just and full sum of - - As TEN PERCENT (10%) OF THE AM]ONT BID - - - - - - - - - Dollars ($ ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for OONSTRUCTTON OF 3AHITARS SE i&M PROJECT UNIT 1, WALTER STREET, LACRM LANE, ET AL. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and Said Surety have caused these presents to be duly signed .-a .--I.a .U:.. IA.rh day of AWAST , A. D. 19 56 STATE OF CALIFORNIA, 11 ..........._ ._.Conn, of, ...._.FRESNO._.._.._..... ...... On this _1kE1.... _..__.._dry ot.....ASD115...T.._........ ._.._.._.ia the,,.r one thousand nine hundred aad.FIF:TY.-= before me, __..... M __„O. _ HUMTHIMSP__J 4 _......_.....____ A Naar, Public in and for said Comen, and Slate, residing therein duly commionionM And swaaa pveonally appeaeed ._.._..W......sl._Nceoanaiok __. known to me to he the duly Inalm ued AuwaepimFaet of PACIFIC INDEMNITY COMPANY. ..it the Rme Iw.. whoa name u subscribed to the within instrument as the Alumni inmFact of said Company. and the Rid .MI... J. McComick 1 11_... acknowledged to me that be .alnerib,d the nerve of PACIFIC INDEMNITY COMPANY, thereto aA mrety sad his own name a. Marne,-imFact. IN WITNESS WHEREOF. 1 have hereunto wit my hand and affixed my official .eal the day and year in dins Certificate ant above written. � / I Notary Public nand far the, County of FR�...._ Inne of Ohifarnia. Pmm 41np. M<,. n ISM 1561P11 HOME OFFICE. LOS ANGELES CALIFORNIA BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, W. N. LTLES CO., a corporations (hereinafter called the principal), as principal, and the PACIFIC INDEMNITY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALI IOR&A , as Surety, are held and firmly bound unto CITT OF SAN LUIS OBISPO - — — - — — — - — — (hereinafter called the Obligee) in the just and full sum of TEN PERCENT (10%) OF 23 AMOUNT SED Dollars ($ ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for IANSTRUCTION OF WATER MAINS PAOJSCT UNIT 2, WALTER STREET, LAUREL LANE, Er AL. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 16Yh day of AMW T , A. D. 19 % >I \'I h, OF CAWFORNIA, s _.___Couery of._..._.FBFSNO._.__.................. O. flit..__.... y of Alps lb T ....____i. the year one tan ... ad nine l u sl" and F"TT7SI1 ..._.._.- N..E,y Publk in and fn, Paid C.ou.ty and State. re.dina therein duly cnmmisnioned and anesu, perwnally appeared _. W.-J.-MCComltie -. _. ._.._. kw.n to In, m be the duly anthorbed .An.., in Fac, of PACIFIC INDEMNITY IAMPANY. and the . pFeeon .hear name b MdN ded m the within ia,,nmen, .a the Anarneyin-Fact of Mtd Company, and the FEW _._... _.... W. J, P[0.QDrlaJcjC _.-- .._...__..Claw.ledPed m me that he subaeribeJ the name nl PACIFIC INDEMNITY COMPANY. ,hereto n mtrty and his ore namm as Attorney in-FFCL IN WITNESS WHEREOF. I have hereunto xt my hand and aSae,l my of dal xd the day and year In this CenificMe fir, .b.- nduen. not.,ywhceaanafo<._Lhe._eald__._..tanntrd. rresnv-' _. _ .stu"dG.M.nia. I— GIaM ae. 1 ,Y Ix ON) PROPOSAL • TO CITY OF SAN LUIS ORISPO CALIFORNIA (Note: The attention of the bidder is directed to the fact that he may bid on either or both of Project Units 1 and 2. The bidder shall note further that the City will furnish the mechanical joint cast iron pipe, valves, hydrants, fittings and valve boxes to the Contractor in the amounts set forth in the bid schedule for Project Unit 2, and the bidder shall take this fact into account in his bid prices for the work.) To The Honorable City Council City of San Luis Obispo San Luis Obispo County, California Gentlemen: The undersigned as bidder declares that he has carefully examined • the location of the proposed work, the annexed proposed form of contract, and the plans and specifications therein referred to, and he proposes and agrees if this proposal is accepted, that he will contract with the City of San Luis Obispo in the form of the copy of the contract annexed hereto to provide all the materials, except those specifically mentioned to be furnished by the City, necessary machinery, tools, apparatus, and other means of construction and do all the work snecified in the contract in the manner and time herein set forth required for the complete construction of the sanitary sewer aid/or water mains as shown on the plans and as specified. Construction shall be in strict conformity with the plans and specifications prepared therefor by Coo. E. Pearson, Consulting Engineer, Palo Alto, California, and dated August, 1956, copies of which are on file in the Office of the Director of Public Uorks, City Hall, San Luis Obispo, California, and which plans and specifications are hereby made a part hereof. The bidder proposes and agrees to contract with the City of San Luis Obispo, to perform all of the above work, including subsidiary oblige- tions as defined in said specifications for the following prices, to wit: CP - 5 , Item Item with Unit Prices Unit • No. uanti_�2_ Unit ifritten in (lords Price Total PROJECT U'IT 1 S1IIITA.RI SMWM 1. 666 Lin. Ft. Furnish and install 6-inch vitrified clay pipe, at wf /O —,Dollars V s: �a v 33y6. 6o per lineal foot 2. 1,076 Lin. Ft. Furnish and install 8-inch vitrified clay pips; at J" yc•_ a.�lLtfC.fL�1�L.��— ,�. Dollars ',: 3 �� � k,_:j(QO_ xr lineal foot 3. 994 Lin.Ft. Furnish and install 10-inch vitrified clay pipe, at • / 1 �Hf!'L tl4flL , O�_ �_,Dollara ::. � 2 - 4/9¢ 6p '� per lineal foot 4. 1,225 Lin. Ft. Furnish and install 15-inch vitrified clay pipe, at l .4' ay2� nlOU. __,Dollars Y ys sr I S per lineal Pont 5. 795 Lin.Ft. Furnish end install 18-inch vitri- fied pipe Sta. to 7+00. clay /0-95 at C-c�.�.+�- �v ✓ ,Dollars v per lineal foot 6. 1,045 Lin.Ft. Furnish and install 18-inch vitri- fied clay pipe Sta.7*00 to 17.45, %LPL/�i•� '�.cn at ,/ • ,Dollars per lineal foot CD-6 Item Approximate Item with Unit Prices Unit No. Quantity Unit Written in Words Price Total • 7. 690 Lin.Ft. Furnish and install IS -inch vitrified clay pipe Ste. 19+96.12 to 27f45.81, O at w.y.:tri 2i�Li, 00 ,Dollars per lineal foot B. 241 Lin. Ft. furnish and install 18-inch "Smrooth- flo" corrugated Metal Pipe with fittings and metal anchors, at ,Dollars y per lineal foot 9. 60 Lin. Ft. Furnish and install 1,-inch :!o. 3 g.ZZ. lined and c"tLd vclded steel Pipo. at .1r[c�� oo � ,Dollars $1s;%3 $ par lineal foot • 10. 2 Each Construct manhole with metal framo and cover, under 6 ft. in depth, at ® QO per each • 11. 11 Each Construct manholes with metal frame and cover, 6 ft. to 8 /ft* in depth, at ��,:}cGds✓rl ✓ ` ,Dollars per each 12. 5 Each Construct manhole with metal frame and cover, 8 ft. to 10 ft. in depth, at �. y /siM .� �e siLJlG Y' �s2 per each CD-7 Item 6pprosdmate Item with Unit Prices Unit No. Quantity Unit Written in 1,4ords Price Total • 13. 1 Each Construct manhole With metal frame and cover, 10 ft. to 12 ft. in depth, at ��)) r ifii a , ,Dollars per each 14. 1 Each Construct manhole with metal Pram and cover, 12 ft. to 14 ft. in depth, at ILr Izr ,Dollars $ &90 e" 411ZI .00 per each 15. 1 Each Construct manhole with metal frame and cover, 14 ft. to 16 ft. in depth,at tee// ( / f ✓ per each 16. 1 Each Construct manhole with metal frame and cover, 16 ft. to 18 ft. in depth, at Ci'Vd uO DoZars $ S4DOff$ 5 }000 per each 17. 2 Each Construct drop manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at ,y ,Dollars W •O� per each 18. 2 Fach Construct concrete pipe supports at f , Dollars • e per ach CD-8 Itcaa Approxinatc Item Unit Prices 'Unit • No. ____Qaantity ___.__Unit __Written in Words Price Total 19. 5 Cu. Yd, Furnish and install concrete pipe jacket, at _,Dollars par cubic yard 20. 1 Each Furnish and installk-inch vitri- fied clay pipe connection between 18-inch sewer and existing Manhole at�Station 0-75, at / / �Do11ara per each • TOTAL PROJECT UNIT 1 v 4�0m�;6 / CD-9 Itcsi Approximnte —y Stem with Unit Prices Unit '� �y • No. —__aantity Unit ._ Written in Words Price `Total PAOJBCT EMIT 2 ir.^,Tt� 10MR 21. 11262 Lin.Ft. Install only 6-inch mechanical joint cast iron pipe water main, Dollar93f- per lineal foot 22. 2,474 Lin.Ft. Install only 8-inch mechanical joint cast iron pipe water main, UCE at_-1C2. _�s3F�L.�'C' per lineal foot ---._., Dollars • 23• 2 Each Install only 6-inch mechanical joint gate valve complete with valve box on water main, at per each 24. 4 Each Install only 8-inch mechanical joint gate valve complete with valve box on water mains, at per each 25. 6 Each Install only, fire hydrants, 6-inch mechanical joint, with valve and valve box, branch main and appurten- ances, at .._.. _.._ ,Dollars per cnch TO'f:.L PROJECT ""l^ 2 v j[,%� ZZ.. CD - 10 The estimate of construction quantities hereinbefore set forth is • approximate only, being given as a basis for the comparison of bids and the City doss not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the Engineer. All bids will be compared on the basis of the Engineers estimate of the quantities of the work to be done. The undersigned has checked carefully all of the above figures and understands that the City shall not be responsible for any errors or omissions on the part of the undersigned in making up this bid. In case of a discrepancy between words and figures, the words shall prevail. If this proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to furnish bonds as provided in said specifications with sureties satisfactory to the City within ten (10) calendar days after the bidder has received notice from said City that the contract is ready for signature, the City may, at its option, determine that the bidder has abandoned the contract- and the forfeiture of such security accompanying this proposal shall operate and the sane shall be the property of the City. Enclosed find certified check, cashierrs check or bidders bond • IJo. of the Dank, for,, which is not less than ten per cent 10,E of this bid, payable to the City of Iuis O.:ispo and which is given as a varantee that the undersigned will enter into the contract if awarded the work. • The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or Cade in the interest or in behalf of any person not herein named, and that the undersigned 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 undersigned has not in any mariner sought by collusion to secure for himself an advantage over any other bidder. The City reserves the right to reject any and all bids. It is agreed that this bid may not be withdrawn for a period of Thirty (30) days from the opening thereof. The terms and conditions of the final contract when executed shall control and supersede anything herein to the contrary or inconsistent with such contract. The names of all persons interested in the foregoing proposal as principals are as follows: CG-11 ;TOTE: If bidder or other interested person is a corporation, state • legal name of corporation, also names of the president, secretary; treasurer, and manager thereof; if a co -partnership, state true name of firm, also names of all individual co-partners composing the firm; if bidder or other interested person is an individual, state first and last name in full. n LJ 6l Licensed in accordance with an act providing; for the regulations of contractors, License No. ,i604/ Signature of bidder y !TOTE: If bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation• if bidder is a co -partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co -partnership: and if the bidder is an individual, his signature shall be placed above. Business address: TQ- Hex Place of residence Dated:— , 1956. i CF - 12 A CITY OF SAN LUIS OBISPO CALIFORNIA DIRECTOR OF FINANCE 9 September 1956 'The following deposit checks for plans and specs. for sewer and water project were deposited to the account of the City of San Luis Obispo as required by the specs. Mc Brides Plumbing 10. J.E. Young Pipe Line Construction Co. 10. W.M.Lyles and Co. 20. L. E . Webb Co. 10. 0. R. Ochs & Son 10. Smee's Plumbing 10. The following warrants dated September 4, 1956 were issued for refund of portion of deposit on plans and specs. as required by specs. McBrides Plumbing = 5. warrant # J.E. Young Pipe Line Construction Co. 5. " W. M. Lyles & Co. 10. " L.E. Webb Co. 5. " O.R. Ochs & Son 5. " Smee's Plumbing 5. " J.H. Fitzpatrick Director of Finance 71 In The Superior Court of The State of California In and for the County of San Luis Obispo AFFIDAVIT OF PUBLICATION No......_ ....... _....... _.UL_ LMATTER OF _SEPIER„AND WATER PAINS STATE OF CALIFORNIA, l fM County of San Luis Obispo. I} The unders:gned, being first duly sworn, deposes, and says: That I am over the age of eighteen and not interested in the that I em now, and at ell times embraced in the publication herein mentioned was, the principal clerk of the printers and publishers of the SAN LUIS OBISPO COUNTY TELEGRAM. TRIBUNE, a newspaper of general circulation, printed and pub. lished daily, Sundays excepted, at the City of San Luis Obispo in the above named county and state: that ................................ POTIC}: ._CP TRtCT0RS of which the annesed clipping is a true printed copy, was pub- lished in the above -named newspaper on the following dates, to.wit:..... ........... _......................................................... ..... _....... ............................................................. that said newspaper was duly and regularly ascertained and established a newspaper of general circulation by Decree en- tered in the Superior Court of San Luis Obispo County, State of California, o e 9, 1952, under the ov'sions of C pter 1. Division 7, Ra of the Governme od o`}he�e of California. (Signature of Principal Clerkl Subscribed ind sworn to before me this ......... day of Notary Public in and for said C y and Stet* SIDE GLANCI „ua�,: .,. ..�r.slsu ....,^�nSS. uE.;a..�k'R -: ✓x ac w,..,vti... a,wvukel: 4�fl, u.xul�aA ADDENDUM NO. 1 TO "City of San Luis Obispo, California, Contract Documents and Specifications for Construction of Sanitary Sewer and Water Mains, Walter Street, laurel Lane, Et Al,$" dated August, 1956, 1. The paragraph on page 9-4 under sub -heading "Corrugated Metal Pipe" shall be revised to read "Corrugated metal pipe and fittings furnished shall be No. 12 gage, asbestos bonded, 'Smooth- flo', as manufactured by Armco Drainage and Metal Products, Inc., Caloo Division, Berkeley, California, or approved equal." 2. The Contractor shall have the responsibility of determining the location of all existing underground utilities such as pipe lines, electrical conduits, etc., whether shown on the plans or not,and shall take all necessary precautions to avoid damage to any such utilities. Damage to any such utilities occasioned by the Contractor's operations shall be the sole responsibility of the Contractor. 3. Flooding and ,jetting of trench backfill specified for unimproved areas on page 9-9 shall be modified as follows: "Where backfill material is of such nature as to not compact satisfactorily by flooding, or jetting, the Contractor shall, at the direction of the Engineer, discontinue such method of compaction and proceed with mechanical tamping of backfill in layers of such depth as will, in the opinion of the Engineer, produce a reasonable decree of compaction. Caution shall be exercised during flooding and jetting operations to preclude the possibility of flotation of the pipe. Any damage to the pipe or joints caused by flotation shall be the sole responsibility of the Contractor. 4. The crossing of the two turn -around tracks of the Southern Pacific Company Railroad at approximate stations 9 and 13 shall be by open cut method. Arrangement fo� linited discontinuance of service for each track for open cut installation of the sewer pipe shall be made between the Contractor and the Southern Pacific Company Railroad. All requirements of the Southern Pacific Company regarding such operation shall be strictly followed. Dated: August 15, 1956 ` 42V � DIFZCTCR OF PUBLIC WORKS L J CITY OF SAN MIS OBISPO CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CONSTRUCTION OF SANITARY SEWER AND WATER MAINS, WALTER STREET, LAUREL LANE, ET AL. FRED LJCKSINGER -- 111YOR COI i4CIL1`w KENNETH W. JONES NEIS DECK LOWELL CHRISTIE WARREN G. EDWARDS RICHARD MILLER CHIEF ADbIINISTRATIVE OFFICER J. H. FITZPATRICK CITY CLERK WM. HOUSER CITY ATTORNEY DAVID F. ROPERO DIRECTOR OF PUBLIC WORKS PRICE THO11PSON WATER SUPERINTENDENT Geo. E. Pearson Consulting Engineer Palo lto, California ;nUGUST 1956 • 0 I :' D 1; Ca!MACT Docui 71TS Pace Notice to Contractors .......................... CD - 1 Proposal ....................................... CD - 5 Form of _adders Bond ........................... CD - 13 Form of Agreement .............................. CD - 15 CC:MAL P::OVISIOi•IS Section 1 Definitions and Tens ......................... 1 Section 2 Proposal requirements and Award of Contract... 1-3 Section 3 Description of!,.or!........................... 1-2 Section 4 Control of the,.ork........................... 1-3 • 3ection 5 Control of'.aterials .......................... 1 Section 5 Le;;al Relations anc'2esponsibilities to the PuAic........................................ 1-3 Section 7 Prosecution and Progress ...................... 1-3 Section C 1:easurement and Payment ....................... 1-3 Section 9 Construction Details .......................... 1-12 Section 10 Installation of Cast Iron Pipe arsi Appurtenances 1-5 124GE'aaR's ESMITE OF QUhNTITIFS • 'In proximatc Item )uantities Unit PROJECT 011T 1 SAVIT.IM SD.ERS 1. 666 Lin. Ft. Furnish and install 6-inch vitrified clay pipe 2. 1,076 Furnish and install 8-4nch vitrified clay pipe 3. 994 " •' furnish and install 10•inch vitrified clay pipe 4. 1,225 •' " Furnish and install 15-inch vitrified clay pipe 5. 795 '' " Furnish and install 18-inch vitrified clay pipe Sta. 0-95 to 7t00 6. 1,045 " " Furnish and install 18-inch vitrified clay pipe Sta. 7+00 to 17+45 7. 690 " Furnish and install 18-inch vitrified clay pipe Ste. 19+96.12 to 27*45.81 8. 241•' ^ Furnish aiLd install 16-inch 'Smooth-flo•' corrugated • i;etal pipe with fittings and metal anchors 9. 60 •' ' Furnish and install 18-inch, No. 3 Gage, lined and coated welded steel pipe 10. 2 Each Construct manhole with metal frame and cover, under 6 ft. in depth 11. 11 •• Construct manhole with metal frame and cover, 6 ft. to 8 ft. in depth 12. 5 '•' Construct manhole with metal frame and cover, G ft. to 10 ft. in depth 13. 1 '• Construct manhole with metal frame and cover, 10 ft. to 12 ft. in depth 14. 1 " Construct manhole with metal frame and cover, 12 ft. to 14 ft. in depth 15. 1 •' Construct manhole with metal frame and cover, 14 ft. to 16 ft. in depth 16. 1 •' Construct manhole with metal frame and cover, 16 ft. to 18 ft. in depth • CD-2 Approximate tem amities Unit Descri ion . 17- 2 Each Construct drop manhole with metal frame and cover, 12 ft. to 14 £t. in depth. 18. 2 It Construct concrcto pi.pu supports 19. 5 Cu. Yda. Furnish and install concrete pipe jacket 20. 1 Each Furnish and install temporary 6-inch vitrified clay pipe connection between 18-inch sewer and existing manhole at Station 0-75 PROJECT UNIT 2 21. 1,262 Lin. Ft. Install only 6-inch mechanical joint cast iron pipe water main 22 2,474 '1 Install only ,-inch mechanical joint cast iron pipe water main 23. 2 Each Install only 6-inch mechanical joint gate valve complete with valve box on water main • 24. 4 Install only 8-inch mechanical joint gate valve co;::plete wit.. valve box on water main 25. 6 •• Install only, fire hydrant, 6-inch mechanical ,joint, with valve and valve box, branch Train and appurtenances CD-3 CLAS51FiCA TSON RATE PER HOUR Truck drivers (dump, lee* than 4 yds water level) 2.405 Tn:ck drivers (damp, h yda but leas than 8 yda water level) 2.435 Truck drivers (dump, 8 yde but lees than 12 Ida water level) 2.485 Truck drivers (legal payload capacity lean than 6 tons) 2.405 Truck drivers (legal payload capacity 6 ;.cus to 10 tons) 2.435 Truck drivers (legal payload capacity 10 tone to 15 tons) 2.485 Truck drivers (legal payload capacity 15 tors to 20 tons) 2.565 Truck drivers (legal payload capacity 20 tons or more) 2.785 Trick drivers (ras and oil pipeline working, inel-ding winch trick and all sizes of trucks) 2.585 Truck drivers (Water . under 2500 gals) 2.465 Truck greaser and tirersn 2.515 Truek repairman 2.965 Truck repairman helper 2.515 Truck driver (pickup) 2.405 Laborer (general or construction) 2.30 Operators and tenders of pneumatic and eleetrie tools, vibrating mschires, and similar mechanical tools) 2.51 Flagman 2.30 laborer (gas and oil pipeline) 2„30 Lsying of all Non -Metallic pipe, including sewer pipe, drain pipe and undarground tile2.(1 Making and caulking of all Non-.netalli* pipe ,joint* 2.49 Turman end mortarmsn 2.35 Cement mason 2.925 Carpenter 3.00 Apprentice ongineer and oiler 2.15 Firemen 2.35 Air compressor, pump or generator Operator 2.49 Truck Crane oiler 2.49 Asphalt plant fireman 2.65 Hoxman or mixer box operator (concrete or asphalt plant) 2.65 Concrete mixer operator - skip type 2.65 A.Frame or winch truck operator 2.81 The wage rates for any classification not listed in the foregoing schedule of hourly wages will be the prevailing versa for such work The foregoing quantities are approximate only, being given as a basis for the comparison of bids, and the City does not expressly or by implication • agree that the actual amount of work will cofrespond therewith, but reserves the right to increase the amount of any class Or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the Engineer. All bids will be compared on the basis of the Engineer's estimate of the quantities of work to be done. It shall be mandatory upon the Contractor to whom the contract is awarded, and upon any subcontractor under him, to pay not less than the specified rate to all laborers, workmen aid mechanics employed by them in the execution of the contract. In accordance with the provisions of Section 1770 of the labor Code, the Citv Council has ascertained the general prevailing rate of wages appli- cable to the work to be done as shown on the schedule attached hereto. No bid will be accepted from a Contractor who is not licensed in accordance with the law, under the provisions of Chapter 791, Statutes of 1929, as amended, or Chapter 37, Statutes of 1939, as amended. Each bid shall be made out on a bid form to be obtained at the Office of the Director of Public Works in the City Hall, in conjunction with the contract documents. • Each bid moat conform and be responsive to the invitation, the Plans, the Specifications, and all documents comprising the pertinent Contract Documents. Copies of the Contract Documents are now on file and opened to public inspection in said Office of the Director of Pu611c Works in the City Hall, and may be obtained by depositing the a= of .)10.00 for each set, of which deposit ,r5.00 will be refunded to each bidder or intended bidder who returns such set of documents in good condition within five days after the opening of the bids. • Each bid shall be presented under sealed cover and shall be accompanied by a certified check, cashier's check, or a satisfactory bid bond made payable to the City, executed by the bidder or a surety company in an amount equal to ten per cent (10%) of the bid. The said check or bond shall be given as a guarantee that the bidder will execute the contract in conformity with the fn=.. of agreement prescribed b7r the City, and will furnish bonds as specified, within ten (10) days after notification of the award of the contract to the successful bidder. The City reserves the right to reject any or all bids. By order of the City Council of the City of San Luis Obispo, made the day of J.-H. Fitzpatrick City Clerk of the City of San Luis Obispo 1956. CD-4 PROPOSAL • TO CITY OF SAN LUIS OBISPO CALIFORNIA (Note: The attention of the bidder is directed to the fact that he may bid on either or both of Project Units L and 2. The bidder shall note further that the City will furnish the mechanical joint cast iron pipe, valves, hydrants, fittings and valve boxes to the Contractor in the amounts set forth in the bid schedule for Project Unit 2, and the bidder shall take this fact into account in his bid prices for the work.) To The Honorable City Council City of San Luis Obispo San Luis Obispo County, California Gentlemen: The undersigned as bidder declares that he has carefully examined • the location of the proposed work, the annexed proposed form of contract, and the plans and specifications therein referred to, and he proposes and agrees if this proposal is accepted, that he will contract with the City of San Luis Obispo is the form of the copy of the contract annexed hereto to provide all the materials, except those specifically mentioned to be furnished by the City, necessary machinery, tools, apparatus, and other means of construction and do all the work snecified in the contract in the manner and time herein set forth required for the complete construction of the sanitary sewer and/or water mains as shown on the plans and as specified. Construction shall be in strict conformity with the plans and specifications prepared therefor by Geo. E. Pearson, Consulting Engineer, Palo Alto, California, and dated August, 1956, copies of which are on file in the Office of the Director of Public }forks, City (fall, San Luis Obispo, California, and which plans and specifications are hereby made a part hereof. The bidder proposes and agrees to contract with the City of San Luis Obispo, to perform all of the above work, including subsidiary obliga- tions as defined in said specifications for the following prices, to -wit: `J CD - 5 PROJECT Df2T 1 21IIIIT-11-J SEEM 1. 666 Lin. Ft. Furnish and install 6-inch vitrified clay pipe, at Dollars per lineal foot 2. 1,076 Lin.Ft. Furnish and install 8-inch vitrified clay pipe; at ,Dollars per lineal toot 3. 994 Lin.Ft. Furnish and install 10-inch vitrified clay pipe, at • Dollars per lineal foot 4. 1,225 Lin. Ft. Furnish and install 15-inch vitrified clay pipe, at __,Dollars v per lineal foot 5. 795 Lin.Ft. Furnish and install 1"'-inch vitri- fied clay pipe Ste. 0-95 to 7+00, at—_ ,Dollars per lineal foot 6. 1,045 Lin.Ft. Furnish and install 18-inch vitri- fied clay pipe Sta.7+00 to 17+45, • .Dollars _ per lineal foot CD-6 Item Approximate Item with Unit Prices Unit No. Quantity Unit Written in Words Price Total • 7. 690 Lin.Ft. Furnish and install 18-inch vitrified clay pipe Sta. 19t96.12 to 27*45.81, at ,Dollars per lineal foot S. 241 Lin.Ft. Furnish and install 18-inch sSooth- £lolf corrugated Metal Pipe with fittings and metal anchors, at ,Dollars $ ffi per lineal foot 9. 60 Lin.Ft. Furnish and install 1G-inch "0. 3 gcz.., lined and ecstod uoldod steel pipe, at ,Dollars $ $ per lineal foot 10. 2 Each Construct manhole with metal frame and cover, under 6 ft, in depth, at ,Dollars $ $ per each 11. 11 Each Construct manholes with metal frame and cover, 6 ft. to 8 ft. in depth, at ,Dollars $ $ per each 12. 5 Each Construct manhole with metal frame and ewer, 8 ft. to 10 ft. in depth, at ,Dollars w $ per each • CD-7 Item Approximate Item with Unit Prices Unit No. Quantity Unit Written in Words Price Total • 13• 1 Each Construct manhole with ❑etal frame and cover, 10 ft. to 12 ft. in depth, at ,Dollars $ & per each 14. 1 Each Construct manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at ,Dollars $ $ per each 15. 1 Each Construct manhole with metal frame and cover, 14 ft. to 16 ft. in depth, at • ,Dollars ','+ $ per each 16. 1 Fach Construct manhole with metal frame and cover, 16 ft. to 18 ft. in depth, at ,Dollars $ $ per each 17. 2 Each Construct drop manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at ,Dollars a $ per each 18. 2 F=h Construct concrete pipe supports at • ,Dollars per each CD-8 Ttea �:1pp:•oximatc w.. Itcrn with Unit Pricas `Unit ~!� • No. G�u�ntitY. Unit Written in Words Price Total 19. 5 Cu. Yd. Furnish and install concrete pipe jacket, at • • ,Dollars W v par cubic yard � ; `.naR rl• 20. 1 Each Furnish and installb-inch vitri- fied clay pipeconnection between 18-inch sewer and existing manhole at Station 0-75, at ,Dollars per each TOTAL PROJECT UNIT 1 CD-9 Its Approximate Item with Unit Prices Unit • No. Wuantity.Wit ._ Written in Words Price Total PROMOT UNIT 2 1•11.1PR t411N5 21. 1,262 Lin. Ft. Install only 6-inch mechanical joint cast iron pipe water main, .Dollars V_.�--_'y--^-- per lineal Yoot 22. 2,474 Lin.Ft. Install only 8-inch mechanical joint cast iron pipe water main, at__ __._._..,Dollars per lineal foot • 23. 2 Each Install only 6-inch mechanical joint gate valve complete with valve box on water min, at ___,Dollars per each 24. 4 Each Install only 8-inch mechanical joint gate valve complete with valve box on water mains, at __.Dollars per each 25. 6 Each Install only, fire hydrants, 6-inch mechanical joint, with valve and valve box, branch main and appurtcn- ances, at . _... _.._ .Dollars per each T(Y,C.'.L MOJFCT ;"'IT 2 CD - 10 The estimate of construction quantities hereinbefore set forth is • approximate only, being given as a basis for the comparison of bids and the City does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase the amount of an,, class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the Engineer. All bids will be compared on the basis of the Engineers estimate of the quantities of the work to be done. The undersigned has checked carefully all of the above figures and understands that the City shall not be responsible for any errors or omissions on the part of the undersigned in making up this bid. In case of a discrepancy between words and figures, the words shall prevail. If this proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to furnish bonds as provided in said specifications with sureties satisfactory to the City within ten (10) calendar days after the bidder has received notice from said City that the contract is ready for signature, the City may, at its option, determine that the bidder has abandoned the contract. and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City. Enclosed find certified check, cashier's check or bidders bond • No. of the _i Dank, for, which is not -less than ten per cent lq, ofthis bid, payable to the City of v,_., and which is given as a Zuarantee that the undersigned will enter into the contract if awarded the work. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned 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 undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. The City reserves the right to reject any and all bids. It is agreed that this bid may not be withdrawn for a period of Thirty (30) days from the 'pening thereof. The terms and conditions of the final contract when executed shall control and supersede anything herein to the contrary or inconsistent with such contract. The names of all persons interested in the foregoing proposal as nr_ncipals are as follows: • :`OTE: If bidder or other interested person is a corporation, state • legal name of corporation, also names of the president, secretary; treasurer, and manager thereof; if a co -partnership, state true name of firm, also names of all individual co-partners composing the firm; if bidder or other interested person is an individual, state first and last name in full. Licensed in accordance with an act providing for the regulations of contractors. License i;o. • Signature of bidder NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co -partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. Business address: Place of residence: Dated: 1956. u C11-12 BIDDUZIS MID • CITY OF SAID LUIS ODISPO CALIFO2jTIA Val ALL 1=4 BY THESE PTZSMITS, That As PrMICIPAL, and As SURETY, are held and firmly bound unto the City of San Luis Obispo, herein- after called the City, in the penal sum of TiaJ PER CMT (10;) OF THE TOTAL Af IOUIJT OF III DID of the Principal above named, submitted by said Principal to the City of San Luis Obispo, San Luis Cbispo County, California, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, • executors: administrators and successors, jointly and severally, firuly by these presents. sum of In no case shall the liability of the surety hereunder exceed the 11C CONDITION OF TIIIS OBLIGATIO!I IS SUCH, That whereas the Principal has submitted the above -mentioned bid to the City of San Luis Obispo, San Luis Obispo County, California, for certain construction specifically described below, for which bids are to be opened at insert place where bids will be opened For insert date of bid opening) --7Cop� here the exmct description of work„ including location CD - 13 NU!, IfMEFOM, If the aforesaid Principal is warded the contract • and, itithin the time and manner required under the headings -Proposal .,emiirements and Award of Contract-' in the volume. containing the Contract Documents And Specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files the two bonds with the City, one to uarantee faithful performance, and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be void, other- wise it shall remain in full force and virtue. In the event suit is brought upon this bond by the Obligee and judgment is recover0d, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorneyvs fee to be fixed by the court. IN 1:IINESS i.1=0F, Ile Have hereunto set our hands and seals on this ---------"__---day or--------'---' A.D. 1956. • • ----- ---(Seal) Principal __ _ _,(3ea1) (Seal) —___ ---(Deal) Surety ,TOTE. Signatures of those executing for the surety must be properly acknmiledged. CT) -14 CITY OF SAN LUIS OEISPO • SAN LUIS ODISPO COUNTY, CALIFOWIA CONTRACT FOR THE CONSTRUCTION OF SANITARY SEM AND/OR IJATER HUM . T.TE' Si': I:'_, L.:-: M L,'E, AL. THIS AGREIDENT, made and concluded, in duplicate, this day of ,one thousand nine hundred and between the City of San Luis Obispo, San Luis Obispo County, California, party of the first part, and Contractor, party of the second part. ARTICLE I. Witnesseth, That for and in consideration of the pay- ments and agreements 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, the said • party of the second part agrees with the said party of the first part, at 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 construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City of San Luis Obispo, the sanitary sewer and/or water mains, in accordance with the specifications therefor, in the volume entitled, "City of San Luis Obispo, California, Contract Documents and Specifications for Construction of Sanitary Sewer and Water 6fains, '!alter Street, Laurel Lane, Et Al," dated August, 1956, which said specifications are hereby specifically referred to and by said reference made a part hereof. Said work to be done is further shown on plan entitled; "City of San Luis Obispo, San Luis Obispo County, California, Plans for the construct- ion of Sanitary Sewer and lister Mains, Walter Street, Laurel Lane, Et Al," dated August, 1956, which said plans are hereby made a part of this contract. ARTICLE II. And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials not to be furnished by the Party of the First Part, and for doing all the work contemplated and embraced in this agreement, also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Party of the First Part, 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 faithfully completing the work and the whole thereof, in the manner and according to the plans and specifi- cations, and the requirements of the Engineer under them, to -wit: CD - 15 Item :,pprardmate � Ite2r xiLh Unit pi•Seos �l nft V- No._ Quantity Unit Writton in kRMs Price Total _ PROJECT UNIT 1 S"JamI Y 1409 1. 666 Lin.Ft. Furnish and install 6-inch vitrified clay pipe, at ,Dollars per lineal lineal foot 2. 1,.076 •• Furnish and install 8-inch vitrified clay pipe, at __,Dollars per lineal foot 3• 994 Furnish and install 10-inch vitrified clay pipe, at • per 11noa1 foot —,Dollars 4. 1,225 " Furnish and install 15-inch vitrified clay pipe, at ,Dollars per lineal foot 5. 798' •' Furnish and install 18-inch vitrified clay pipe Sta. 0-98 to 7+00, at ___•,Dollars per lirical foot 6. 1,045 Furnish and install 18-inch vitrified clay pipe, Sta.7+00 to 17+45, at • _ ,Dollars per lineal foot CD-16 Itm"dpprwdmato Item with Unit Prices Unit • Nam._.._. !luantiiy __Unit Idritt Aci Words Iico, a,l�_ 7. 690 Lin. Ft. Furnish and install 18-inch vitrified clay pipe Sta.. 19*96.32 to 27+45.81, at oot_,Dollars per lineal t 8. 243. " " Furnish and install 18-inch•'Srwoth- floi3 corrugated metal pipe with fittings and metal anchors, at Dollars per lineal foot 9. 60 Furnish and install 18-inch, No. 3 gage, lined and coated welded steel pipe, at • _ _Dollars ',,-- W . per lineal foot 10. 2 Each Construct manhole with metal frame and cover, under 6 ft. in depth. at ._`___,Dollars per each ll. ll Construct manhole with metal from and cover, 6 ft. to 8 ft. in depth, at .. —.—_— ,Dollars per oach� 12. 5 Construct manhole with metal frame and cover, 8 ft, to 10 ft. in depth, at —,Dollars • per each CD - 17 ----._..-- Itom --- Spprox9mate - _ - --- - - -- - ._ - - -- - Item with L'nit Prices Unit • Ho._ -_ . ,_ e.2uantity `_ Onit J_ _ _ 3lritten in Words Price ___ Total _- 13. 1 Each Construct manhole with metal £rams and cover, 10 ft. to 12 ft, in depth, at ....__,,Dollars w.......... �•.__. _._._.. per each- 14. 1 •1 Construct manhole with metal franc and cover, 12 ft. to 14 ft, in depth, at por each 15. 1 Construct mar. ole with metal frame and cover, 14 ft. to 16 ft. in depth, at • --- -- Dollars "'—.-- ----—'—�-'- pur each 16. 1 11 Construct manhole with metal frame and cover, 16 ft. to 18 ft. in depth, at -—_,Dollars per each 17. 2 Construct drop manhole with metal frame and cover, 12 ft. to 14 ft. in depth, at _____ -----_ - _ ____.-_ .,Dollars PEft Pa1CIi 18. 2 Construct concrcto pipe supports, at per aach CD - 1,. Item .lppro>uate _ _� _ _.— Item with Unit Prices Unit --- • T7o._____ , Quantity Unit __�Hrittenin lords Price 2bta1 19. 5 Cu. Yd. Furnish and install concrete pipe jacket, at _.._,Dollars+_,_- per cubicd. y- 20. 1 Each Furnish and install temporary. 6-inch vitrified clay pipe con- nection between 18-inch sewer and existing manhole at Sta. 0-75, at per • n TOTSL PROJECT MIT 1 CD - 1-j Item Approxia t-o " Item with Unit prices V Unit -"�"- •_'quantity _ Un3t HfritEon in Nord' Price Tot 21. 1,262 Lin.Ft. Install only 6-inch mechanical joint cast iron pipe water main, at ,Dollars A per lineal foot 22• 2,474 " Install only 8-inch mechanical joint cast iron pipe water main, at per 1.'Snea2 f'oot� 23. 2 Each Install only 6-inch mechanical joint • gate valve complete with valve box on water main, at Dollars_.- por each 24. 1, •• Install only 8-inch mechanical joint gate valve complete with valve box on water ruin„ at ---------- —,Dollars per cacti 25. 6 Install only, fire hydrant, 6-inch mechanical joint, with valve and valve box, branch main and appurten- ances, zt pc;r erch TDT,%L P2DJ CT W117 2 W) -2p Should any dispute arise respecting the true value of any wort: omitted or of any extra work which the Contractor may be required to do, or • respecting the size of any payment to the Contractor, during the performance of this contract, said dispute shall be decided by the City Council and its decision shall be final and conclusive. 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 manna and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 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 contained shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V. -- The Contractor shall forfeit, as penalty, to the City of San Luis Obispo, Ten Dollars (,10.00) for each wofkmn employed in the execution of the contract by him or by Say subcontractor, for each calendar da•11 during which any workmn is required or permitted to labor core than eight M hours in violation of the provisions of Article 3, Chapter 1, Part 7, Division 2 of the Labor Code and all amendments thereto. • ARTICLE VI.-- The Contractor shall forfeit as penalty to the City of San Luis Obispo, Ten Dollars ('10.00) for each alien knowingly employed in the execution of the contract, for each calendar da- or portion thereof, during which said alien is permitted or required to labor in violation of the provisions of Article 4, Chapter 1, Part 7. Division 2 of the Labor Code, and all amendments thereto. ARTICLE VII. -- Only such materials shall be used in the performance of this contract as conform to the requirements of Chapter 4 of Division S of Title 1 of the Government Code of California. ARTICIL ✓III.-- reference is hereby made to the rate of prevailing • wage scale established by the City Council of the City of San Luis Obispo and attached to these specifications, the provisions of which are hereby specified as the rate of prevailing wage to be paid worlaaen on this project. III 11ITNESS =..EOP, the parties to these presents have hereunto set their hands the year and date first above written. CITY 07 M; LUIS OBISPO Contractor Approved as to form: • City Attorney 0 SECTION 1 • DEFDIITIOi:S AIM TEMB 1lhenever in these specifications or in any of the documents or instruments where these specifications govern, the following terms or pronouns in place of them are used, the meaning shall be interpreted as follmis: (a) City. -- The City of San Luis Obispo. (b) Countn. — The County of San Luis Obispo. (c) City Council. -- The City Council of the City of San Luis Obispo. (d) Engineer. -- The Engineer in charge of the project duly appointed by the City, acting either directly or through authorized agents, such Engineer and agents acting within the scope of the particular duties entrusted to them. (e) Ei_der. -- An individual, firm. or corporation submitting a proposal for the work contemplated. (f) Contractor. -- The person, or persons, co -partnership or corporation who have entered into a contract with the City of San Luis Obispo, • as party or parties of the second part; or his or their le -al representatives. (g) Proposal. -- The offer of the bidder for the work when made out and submitted on the prescribed proposal form, properly siCned and guaranteed. • (h) Plans. The plans entitled, °City of San Luis Obispo, Califor- nia, Plans for Construction of Sanitary Sewer and Water lain, Walter Street, Laurel Lane, Et A1,° Project Units 1 and 2, Dated August, 1956 and prepared by Geo. E. Fearson. Consulting Engineer, Palo Alto, California. (i) Specifications. -- The directions, provisions and require- ments contained in these specifications. (j) Contract. -- The ixitten agreement covering the performance of the work and the furnishing of labor, materials and equipment in construct- ion of the work. The contract shall include the notice to contractors, the proposal, plans and specifications and the contract bonds: also, any and all suitable agreements amending or extending the work contemplated which may be required to complete the imrk in a substantial and acceptable manner. (k) Standard Specifications. -- The volume entitled "State of California, Department of Public Iorks, Division of highways, Standard Spec ifications,• - dated August 1954. 1 - 1 . SECTIOU 2 PROPOSAL =UIRMEM AND AWARD OF COMRACT (a) Contents of Proposal Forms. -- Prospective bidders will be furnished with proposal forms which will state the location and description of the contemplated construction and will show the approximate estimate of the various quantities and kinds of work to be performed or materials to be furnished, with a schedule of items for which bid prices are asked. (b) Approximate Estimate.-- The quantities given in the notice to contractors, proposal and contract forms are approximate only, being given as a basis for the comparison of bids, and the City does not, expressly or by implication, agree that the actual amount of work will correspond therewith, 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, as may be deemed necess- ary or expedient by the Engineer. (c) Examinations of Plans. Specifications and Site of Mork. -- The bidder shall examine carefully the site of the work contemplated and the proposal, plans, specifications, and contract forms therefor. It will be assumed that the bidder has investigated and is satisfied as to 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 these • specifications and the contract. (d) Proposal Forms.-- All proposals must be made upon blank forms to be obtained from the Office of the Director of Public Works in the City Hall. All proposals must give the prices proposed, both in writing and fiCures, 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 corporation, the proposal meet show the name of the state under the laws of which the corporation was chartered and the names, titles, and the business addresses of the president, secretary, and treasurer. • (a) Proposal Guarantee.-- All bids shall be presented under sealed cover and shall be accompanied by certified check, cashier's check, or bidders bond made payable to the City, in an amount equal to at least ten per cent (1055 of the amount of said bid, and no bid shall be considered unless such certified check, cashier's check, or bidders bond is enclosed therewith. (f) Return of Bidders Guaranties. -- Within ten (10) days after the award of the contract, the City will return the proposal guaranties accompanying such of the proposals which are not to be considered in making the award. All other proposal guaranties will be held until the contract has been finally executed after which they will be returned to the respective bidders whose proposals they accompany. 2-1 (g) Public OMnina of Pro sals. -- Proposals will be publicly • opened and declared at the time and ace indicated in the "Notice to Contractors". Bidders or their authorized agents are invited to be present. (h) Rejection of Proposals Containing Alterations, Erasures or Irregularities, -- Proposals may be rejected if they show any alterations of Corm, additions not called for, conditional or alternative bids, Incomplete bide, erasures, or irregularities of any kind. No bid will be accepted from a Contractor who is not licensed in accordance with the law under the provisions of Chapter 791, Statutes of 1929, as amended; or Chapter 37, Statutes of 1939, as amended, or to whom a proposal form has not been issued by the City. The right is reserved to reject any or all proposals, or waive any irregularities in the bidding. (i) Award of Contract. -- The award of the contract, if it be awarded, will be made within thirty (30) days after the opening of the proposals. (j) Execution of Contract. -- The contract shall be signed by the successful bidder and returned, together with the contract bonds, within ten (10) calendar days, 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) calendar 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. (k) Contract Bonds. -- The Contractor shall furnish two (2) good and sufficient bonds to the City. One bond shall be in the amount equal to one hundred per cent (100%) of the total contract price for payment of claims for labor and materials, and the other bond in an amount equal to fifty per cent (50w) of the total contract price for faithful performance. (1) Progress Schedule. -- The successful bidder shall submit a pro- gress schedule. The bidder shall show thereon the time he proposes to occupy in prosecutinC the various rajor divisions of the work and his proposed sequence of operations. (m) Naterial and ieuiTment Guaranty. -- aefore any contract is awarded, the bidder may be required to furnish a complete statement of the origin, composition and manufacture of any or all materials to be used and equipment to be installed in the construction of the work, together with samples which samples may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. (n) Vorlanen's Compensation Insurance. -- Before the contract is entered into, the bidder to whom it is awarded shall furnish the City, satis- factory proof that he has taken out, for the period covered by the proposed • contract, full compensation insurance with an insurance carrier satisfactory to the City, for all persons whom he may employ directl:7 or through sub- contractors in carrying out the work contemplated under this contract, in accordance with the Act of the Legislature of the Stata of California, 2 - 2 • !mown as the "Vorknon's Compensation, Insurance and Safety AcV1, approved %ay 26, 1913, and all Acts amendatory or supplemental thereto. Such insurance shall be maintained in full force and effect during the period covered by the contract. If the Contractor fails to maintain such insurance, the City ray take out the compensation insurance to cover any compensation which the City might be liable to pay under the provisions of said Act, as amended, by reason of an employee of the Contractor being injured or killed, while engaged in the execution of the work covered by the contract, and deduct and retain the amount of the premiums for such insurance from any sums due the Contractor under the contract. If an injury occurs to any employee of the Contractor for which the employee, or his dependents in the event of his death, is entitled to compensation frm the City under the provisions of said Act, as amended, or for which compensation is claimed from the City, the City may retain out of the sums due the Contractor under this contract, an amount sufficient to cover such compensation, as fixed by said Act as amended. Until such compensation is paid or until it is determined that no compensation is due, and if the City is compelled to pay such compensation, it will deduct and retain from such sums the amount sc paid. (o) Public Liability Insurance and Property Damage Insurance. -- Before the contract is entered into, the bidder to whom it is awarded shall • furnish to the City satisfactory proof that he has taken out for the period covered by the proposed contract, public liability insurance and property damage insurance with an insurance carrier satisfactory to the City under forms satisfactory to the City, to protect the Contractor against any loss from liability imposed by law for dacares, (1) on account of bodily injuries, including death resulting therefrom, accidentally suffered or alleged to have been suffered by any person or persons not employed by the Contractor, that mayy be caused directly or indirectly by the performance of the contract, and (2) on account of injury to or destruction of property, including the result- ant loss of use thereof, resulting from any act of commission or omission by the Contractor, or otherwise resulting directly or indirectly from the Contractors operations in the performance of the contract. Said public liability insurance and property damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance of the contract. Said public liability insurance shall be in the amounts of not less then 00,000.00 for one person injured in one accident; and not less than `,.100,000.00 for more than one person injured in one accident, and said property damage insurance shall be in the amount of not less than CQ50000.00 for any one accident. If the Contractor fails to maintain such insurance, the City may take wt such insurance to cover any damages for the above mentioned classes for which the City might be held liable on account of the Contractor's failure to pay such damages, aril deduct and retain the amount of the premiums for such • insurance from any sums due the Contractor under the contract. Nothing herein contained shall be construed as limiting in any way the extent to which the Contractor may be held responsible for payments of damages resulting from his operations. 2-3 • SECTION? DFSCRIPTIOAI OF WORK PROJECT UNIT 1 (a) Sc� of Uork. -- The inrk to be done by the Contractor under this contract shall comprise the furnishing of all labor, materials including pipe, methods or processes, tools and equipment required to construct end place in satisfactory operating condition the sanitary sewer lines as shorn ore the plans and/or as specified. The major items of work to be done consist essentially of the following: (1) Trench excavation including pavement removal. (2) BracinC,, and shorin; of trenchos. (3) Construction of sower lines. (4) Backfill and compaction of backfill. (5) Replacement of pavement and sidewalk. (6) Construction of manholes. • (7) Connections to existing lines and structures. (6) Disposal of excess materials. (b) Summarv: -- Incidental items of material and labor necessary to complete the whole work in a satisfactory and acceptable romer and not specifically referred to in this section, shall be understood to be furnished by the Contractor. PROJECT UNIT 2 (c) Scope of Fork_ -- The work to be done by the Contractor under this contract shall comprise the furnishing of all labor, materials, except the mechanical joint cast iron pipe, valves, fittings, and hydrants which are to be furnished by the City to the Contractor from stockpiles within the City of San Luis Obispo, methods or processes, tools and equipment required to construct and place in satisfactory operating condition the water rains and appurtenances as shorin on the plans and/or as specified. The major items of the work to be done consist essentially of the following: • 3-1 (1) Trench excavation including pavement removal. • (2) Installation of mechanical joint cast iron pipe irater main, valves, hydrants and fittings. • • (3) Backfill and compaction of backfill. (4) Pavement replacement. (5) Connection to existing water main. (6) Disposal of excess materials. (d) Summer r: -- Incidental items of material and labor necessary to complete the whole work in a satisfactory and acceptable manner and not specifically referred to in this section, or specified to be furnished by the City, shall be understood to be furnished by the Contractor. (e) Location of. cork. -- The work is located Li the City of San Luis Obispo; as shown upon the project location map and other drawings incorporated in the plans for the work. 3-2 SECTIO11 4 • COIJTPCL OF THE WORK (a) Authority of the Engineer. -- The Engineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and 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 fulfillment of the contract on the part of the Contractor; and all questions as to claims and compensation. The Engineer's 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 requirements and information given on the approved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer. Dorking drawings or plans for any structure not included in the plans furnished by the Engineer shall be approved by the Engineer before any 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 of the Contractorts working plans does not relieve the Contractor of any responsibility for accuracy of dimensions and details, and that the Contractor shall be responsible for agreement and conformity of his drawings with the approved plans and specifications. (c) Conformity with Plans and Allowable Deviation. -- Finished work in all cases shall conform with the lines, grades, cross -sections, and dimen- sions shown on the approved plans. Deviation from the approved plans, as may bs required by the exigencies of construction, will be determined in all cases by the Engineer and authorized in writing. (d) Coordination of Plans and Specifications. -- These specifications, the plans, and all supplementary documents are essential parts of the contract, and a requirement occuring in one is as binding as though occuring in all. They are intended to be cooperative. to describe, and to provide for a complete work. (a) Interpretation of Plana and Specifications. -- Should it appear that the work to be done, or any matter relative thereto is not sufficiently detailed or explained in these plans and specifications, the Contractor shall apply to the Engineer for such further explanations as may be necessary, and shall conform to such explanation or interpretations as part of the contract, as far as may be consistent with the intent of the original specifications. In the event of doubt or question relative to the true meaning of the specili- • cations, reference shall be made to the City Council whose decision thereon shall be final. 4-1 • In the event of any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. (f) Superintendence. -- Whenever the Contractor is not present on any part of the work where it may be desired to have direction, orders will be given by the Engineer in writing, 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 on a horizontal plane. Grades are given from the top of stakes or nails, unless otherwise noted on the plans. The Contractor shall give at least twenty-four (24) hours notice in writing when he will require the services of the Engineer for laying out any portion of the work. The Contractor shall preserve all stakes and points set for lines, grades; or measurements of the work in their proper places until authorized to remove them by the Engineer. All expenses incurred in replacing stakes that have been removed without proper authority shall be paid by the Contractor. (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 the work is carried on each day, he shall ;;ive 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 impaction 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. (i) Removal of Defective and Unauthorized Mork. -- All work which is defective in its construction or deficient in any of the requirements of these specifications shall be remedied, or removed and replaced by the Contractor in an acceptable canner, 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 considered 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 unauthorized work to be removed, and to deduct the . costs thereof fro: any moneys due or to become due the Contractor. 4-2 • (j) Final Inspection. -- 11henever the work provided and contemp- lated by the contract shall have been satisfactorily completed and the final cleaning up performed, the Engineer will make the final inspection. • (k) Eouiment. -- Equipment not suitable to produce the quality of work required will not be permitted to operate on the project. All vehicles used to haul materials over existing highways shall be equipped with pneumatic tires. 4 - 3 SECTION 5 • CONTROL OF MATERIALS (a) Samples and Tests. — At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such materials are used in the work. Represen- tative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of all materials to be used in the work, for testing or examination as desired by the Engineer. All tests of materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in these specifications. The Contractor shall furnish such samples of materials as are requested by the Engineer, without charge.,Io material shall be used until it has been approved by the Engineer. Samples will be secured and tested whenever necessary to determine the quality of material. (b) Defective Materials. -- All materials not conforming to the requirements of these specifications shall be considered as defective, and all such materials, whether in place or not, shall be rejected and shall be re- moved irmediately from the site of the work unless otherwise permitted by the Engineer. No rejected material, the defects of which have been subsequently • corrected, shall be used until approved in writing by the Engineer. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this article, the Engineer shall have authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due the Contractor under the contract. (c) Storage of Materials. -- Materials shall be so stored as to insure the preservation of their quality and fitness for the uvrk. When considered necessary by the Engineer, they shall be placed on wooden platforms or other hard, clean surfaces and not on the ground. They shall be placed under cover when so directed. Stored materials shall be so located as to facilitate prompt inspection. 5-1 0 SECTION 6 • LEGAL RELATIMS AND RESPONSIBILITIES TO THE PUBLIC (g) Laws to be Observed. -- The Contractor shall keep himself fully informed of all existing and future Local, State, and National laws and all municipal ordinances and regulations of the County and the City which in any manner affect those engaged or employed 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 a penalty to the City, Ten Dollars 10.007, for each alien knowingly employed in the execution of the contract, by him or by any subcontractor under him, or any of the work herein mentioned, for each calendar day or portion thereof, during which such alien is permitted or required to labor in violation of the provisions of Article 4, Chapter 1, Part 7, Division 2, of the labor Code, and all amend- ments thereto. (c) Hours of Labor. -- The Contractor shall forfeit, as penalty to the City, Ten Dollars •.210.00) for each laborer, workman, or mechanic employed in the execution of the imrk hereinbefore 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 Article 3, • Chapter 1, Part 7, Division 2 of the Labor Code, and all amendments thereto. (d) Prevailing ifa•e. -- The Contractor shall forfeit as penalty to the City, Ten Dollars 1,10,00 , 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 wage hereinafter stipulated for any work done under the attached contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code. • In accordance with the provisions of Section 1770 of the Labor Code, the City has ascertained the general prevailing rate of wages applicable to the work to be as shown in the schedule of wages attached hereto. (e) Domestic Materials. -- Only such unmanufactured articles, materials, and supplies as have been alined or produced in the United States, and only such manufactured 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 in the performance of the contract in accordance with the provisions of an act entitled: !'An act to require the use of materials and supplies substantially produced in the United States, in public imrks and for public purposes"9 Chapter 226, Statutes of 1933. 6-1 (f) 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. (g) Permits and Licenses. -- 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. (h) Patents.-- The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, or processes used on or incorporated in the work. (i) Responsibility for Damage: -- Neither the City, the City Council, nor the Engineer shall 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 equipment used in performing the work; or for injury or damage to any person or persons, either workmen or the public; for damage to adjoining property from any cause whatever during the progress of the work or at any time before final acceptance. The Contractor shall indemnify and save harmless the City, its Officials, and the Engineer from any suits, claims, or actions brought by any person 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 may retain so much of the money due the Contractor as shall be considered necessary, until disposition has been made of such suits or claims for damages as aforesaid. • (j) Contractorls Responsibility for Mork.-- Until formal acceptance of the work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, 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 aball bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. • (k) No Personal Liability. -- Neither the City, the City Council, the Engineer, nor any other officer or authorized agent or assistant shall be personally responsible for any liability arising under the contract. (1) Responsibility of the City.-- The City shall not be held respon- sible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided in these specifications. (m) Disposal of paterials.-- The Contractor shall make his own arrangements for disposing of waste material and he shall pay all charges involved. No additional compensation will be allowed for any costs involved in disposing of such materials. 6-2 • (n) Preservation of Property. - operations in a careful and prudent manner The Contractor shall preserve and protect pipe lines and fences. `J • - The Contractor shall conduct his to avoid damage to adjacent property. from injury, all buildings, pole lines, The Contractor shall examine all bridges and culverts on or near the work, over which he will move his materials, implements, or equipment, and shall properly strengthen such structures where necessary before he uses them. He will be held responsible for any and all damage to such bridges and culverts caused by hauling materials, or moving heavy equipment, Full compensation for the work involved in the preservation of property as above specified, shall be considered as included in the prices paid for the various contract items of work and no additional allowance will be made therefor. (o) Sanitary Provisions. -- Adequate facilities for sanitation shall be provided for at locations easily accessible to men during working hours. 6-3 SECTION 7 • FROSECUTION A:M PROGRESS (a) Subletting, and Assivnment.-- The Contractor shall give his Personal attention to the fulfillment of the contract and shall keep the work under his control. Subcontractors will not be recognised as such, and all persons engaged in the work of construction will be considered as employees of the Contractor, and their work shall be subject to the provisions of the contract and specifications. !.There a portion of the work sublet by the Contractor is not being prosecuted in a manner satisfactory to the Engineer, the subcontractor shall be removed immediately on the requisition of the Engineer, and shall not again be employed in the work. The contract may be a0signed only upon written consent of the Engineer. (b) Pro rose of the ,,Zk and Time for Cam etion. -- The Contractor Will be allowed ten 10 calendar days after the date upon which the contract is awarded by the City, in which to deliver to the City, the contract with his signature affixed thereto, together with the bonds prescribed by law . and by these specifications. The Contractor shall commence work of construction under this contract within ten (10) calendar days following the signing of the contract. The Contractor shall diligently prosecute the work to completion with- in ( ()working days from the date of the signing of the contract. (c) Character of Workmen. -- If any subcontractor or person employed by the Contractor shall fail or refuse to carry out the directions of the Engineer or shall appear to the Engineer to be incompetent or to act in a disorderly or improper manner, he shall be discharged immediately on the requisition of the Engineer, and such person shall not again be employed on the work. (d) Temporary Suspension of the work.-- The Engineer shall have the authority to suspend the work wholly or in pert, for such period as he may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as he may dam 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 by the Engineer in writing. (a) Liquidated Damages. -- The Contractor shall complete the work called for under the contract in all parts and requirements within the number of working days as hereinbefore set forth. A working day is hereby defined as any day, except Saturdays, • Sundays, and legal holidays and days on which the Contractor is specifically required by the specifications to suspend construction operations; on which 7-1 • the Contractor is not prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations as determined by the Engineer, from proceeding with at least sixty per cent ON) of the normal labor and equipment force engaged on such operation or operations for at least five (5) hours toward completion of such operation or operations. The Engineer shall furnish the Contractor a monthly statement showing the number of working days charged to the contract for the preceding month, the number of working days specified for the completion of the contract, and the number of working days remaining to complete the contract. The Contractor will be allowed one (1) week in which to file a written protest set- ting forth in what respects said monthly statement is incorrect, otherwise the statement shall be deemed to have been accepted by the Contractor as correct. In case all the work called for under the contract in all parts and requirements, is not finished or completed within the number of working days as set forth herein, damages will be sustained by the City, and it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay, the Contractor will pay to the City the sum of fifty dollars (W50.00) per day for each and every days' delay in finishing the work in excess of the number of working days prescribed; and the Contractor shall pay said liquidated damages as herein provided, and in case the same are not paid, the City may deduct the amount thereof from any moneys due or that may become due the Contractor under this contract. • In case the work called for under the contract is not finished and completed in all parts and requirements within the number of working days specified, the City shall have the right to increase the number of working days or not, as may seem best to serve the interest of the City, and if it decides to increase the number of working days, it shall further have the right to charge the Contractor and 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 preparation 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 during any delay beyond the time named for the completion of the work caused by acts of Cod or of the public enemy, acts of the City, fires, floods, epidemics, quarantine restrictions, strikes, and freight embargoes, or delays of subcontractors due to such causes, provided, that the Contractor shall notify the Engineer in writing of the causes of delay within ten (10) days from the beginning of such delay, and the Engineer shall ascertain the facts and the extent of the delay, and his findings of the facts thereon shall be final and conclusive. If the Contractor is delayed by reason of alterations made by the City, or by any act of the Engineer, not contemplated by the contract, the • time of completion shall be extended proportionately and the Contractor shall be relieved during the period of such extension of any claim for liquidated damages, engineering or inspection charges or other penalties. The Contractor shall have no claim for any other compensation for any such delay. 7-2 • (f) Suspension of the Contract. -- If at any time in the opinion of the City 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 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 in any such case, shall have the power to suspend the operation of the contract. Upon receiving notice Of such suspension, the Contractor shall discontinue the said work, or such parts of it as the City may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City or its duly authorised representative say take possession of all or any part of the Contractor's materials, tools, equipment and appli- ances upon the premises, and use the same for the purpose of completing said contract; and hire such force and buy or rent such additional machinery, tocls, appliances and equipment, and buy such additional materials and supplies at the Contractorts expense as may be necessary for the proper conduct of the work and for the completion thereof; or may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machine- ry or materials, and purchase the materials contracted for, in such manner as the City may deem proper; or the City may annul and cancel the contract and relet the work or any part thereof. Any excess cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefor. In the event of such suspension, all moneys due the Contractor or retained under the terms of this contract shall be forfeited to the City, but such forfeiture will not release the • Contractor or his sureties from liability 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 price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus ruining after all ,just claims for such completion have been paid. In the determination of the question whether there has been such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the City shall be binding on all parties to the contract. (g) Right of We -- Right of Way for the work to be constructed will be provided by the City. (h) Right of Uay Delays. -- If through the failure of the City to acquire right of way, the Contractor sustains loss which could not have been avoided by the judicious handling of forces and plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reason- able compensation for such part of the Contractoros actual loss as, in the opinion of the Engineer, was unavoidable. In no case, however, shall any compensation be made to cover loss of anticipated profits or indirect losses of any kind, and actual loss shall be understood to include no items other than necessary payments for idle time and equipment, cost of extra moving of • equipment, and cost of longer hauls. If the performance of the Contractor's work is delayed as a result of the failure of the City to acquire rights of way promptly, such delays will be taken into consideration in the granting of time extension. 7-3 SECTION 8 • MEASURDIE'T A14D PAYIM (a) Chanze Orders for Additional or Omitted Uork Payments. -- The City may require changes in, additions to, or deductions from the work to be per- formed or the materials to be furnished pursuant to the provisions of the contract documents. Adjustment, if any, to the amount due the Contractor by reasons of any such change, addition, or deduction, shall be determined by applying the appropriate unit price stipulated therefor in the contract, or if no unit price is provided therein to cover such change, addition, or deduction, then the adjustment to the amount due the Contractor shall be determined by an acceptable lump sum or unit price proposal from the Contractor. Except in the case of omitted work, should the lump sum or unit price proposal from the Contractor be unacceptable to the City, then the Contractor shall, if so instructed by the Engineer, proceed with such work provided in the change order and adjustment to the amount due the Contractor shall be determined by force account as hereinafter provided. No extra work shall be performed or change made unless in pur- suance of a written order from the City stating that the extra work or change is authorized, and no claim for additional payment shall be valid unless so ordered. • The Contractor shall, when so ordered by the City, furnish an itemized breakdown of the quantities and prices used in computing the value of any change that might be ordered. (b) Force Account Work. -- The amount due the Contractor due to a change order on a force account basis shall be based on the actual cost of all material, labor and rented equipment furnished by him as shown by his paid vouchers, plus fifteen per cent (15%); provided, however, that the City reserves the right to furnish such materials required as it deems expedient, and the Contractor shall have no claim for profit on the cost of such materials. For the use of the equipment owned by the Contractor, the cost thereof shall be based on the current prices prevailing in the locality, which shall have been previously determined and agreed upon in writing by the Engineer and by the Contractor, plus fifteen per cent (15^m)• In addition to the actual cost of labor, the amount due the Contractor shall include the cost of compensation insurance, contributions made to the State as required by the provisions of the Unemployment Reserve Act, Chapter 352, Statutes of 1935, as amended; and for taxes paid the Federal Government, as required by the Social Security Act, approved August 14, 1935, as amended. The fifteen per cent (15%) in addition to the actual cost of all material, labor, and rented equipment, as herein provided, shall include full allowance to the Contractor for overhead premiums paid on any other insurance • of any nature which the Contractor may be required to carry or which he may elect to carry; and for additional premiums paid on faithful performance and labor and material bonds required by reason of increase in the amount of work to be performed over and above that called for in the original :ontract. 8-1 All force account work shall be adjusted daily upon report sheets, • furnished by the Engineer to the Contractor and signed by both parties, which daily report sheets shall thereafter be considered the true record of force account work done. (c) Progress Payments. -- The City shall, once in each month, cause an estimate in writing to be made by the Engineer of the total amount of work done and acceptable materials furnished and delivered by the Contractor on the ground and not used, to the time of such estimate, and the value thereof. City shall retain ten per cent (10%) of such estimated value of the work done and fifty per cent (50%) of the value of the materials so estimated to have been furnished and delivered and unused as aforesaid as part security for the fulfillment of the contract by the Contractor, and shall pay monthly 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 the provisions of the contract. No such estimate or payment shall be required to 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 since the last estimate amounts to less Ithan five hundred dollars ($500.00). Within ten (10) days after the award of the contract, successful Contractor shall furnish the Engineer a detailed breakdown of his bid which may be used at the discretion of the Engineer in preparing monthly estimates. (d) Final Payment. -- The Engineer, shall after the completion of the • contract, make a final estimate of the amount of work done thereunder, and the value of such work, and the City shall pay the entire gum so found to be due after deducting therefrom all previous payments and all 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 in the final estimates and payment. The final payment shall not be due and payable until the expiration of thirty-five (35) days from the 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 certi- ficate or final payment, 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. 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 and the Engineer from any and all claims or liability on account of work performed under the contract or any alterations thereof. (a) iieasurement of Quantities. -- All work completed under the contract shall be measured by the Engineer according to the United States Standard Measure. Items to be paid for shall consist of those as contracted • for and satisfactorily in place. 8 - 2 (f) Subsidiary Obligations. -- Contract prices shall include f411 • compensation for all items of materials except as specifically otherwise provided, and work required to complete the construction of the plans in accordance with these specifications and in complete order for use. (g) Contract Prices. -- Except as specifically provided otherwise in the plans and in these specifications, the contract unit prices per item shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all the work required to complete the sanitary sewer and water main in satisfactory operating condition. • • All materials, tools, equipment and labor not specified herein to be provided by the City, and for which a unit price has not been included in the proposal, and which is required to complete the sanitary sewer and water lines in a satisfactory manner to the extent shown on the plans and in accord- ance with these specifications, shall be considered as subsidiary obligations of the Contractor for which payment is included in the various items of the proposal and no additional allowance will be made therefor. 8-3 • SECTION Q CONSTRUCTION DEr"IIS PROJECT UNIT 1 MATERLlIS Concrete: Concrete shall conform to the provisions of Section 26 of the Standard Specifications. Concrete for manholet newer line encasement and piers shall be Class A containing 564 pounds (6 sacks/ of Portland cement per cubic yard. Concrete for street paving, sidewalks and thrust blocks shall be Class B containing 470 pounds of rortland cement (5 sacks) par cubic yard. Mortar: Mortar for brickwork shall consist of one part Portland cement and two parts of clean, hard_ sharp grained particles, all passing a No. 4 sieve. Mortar shall be mixed either in a mixing machine or in a water -tight box. In either case the materials shall be accurately measured and thoroughly mixed to a uniform consistency. .',U mortar shall be used immediately after mixing; and re-tompering of mortar shall not be allowed. Water for Conerate and Mortar: Water for concroto and mortar shall be free from injurious amounts of oil, acid, alkali, organic impurities, and other • deleterious substances. Bituminous Joints for Clay P1aa: Sewer joint compound shall have a bituminous base and shall. melt and run freely at a temperature of 350' Fahren- heit. When poured, using a suitable collar, it shall adhere firmly to the surface of the pipe. Bituminous sewer joint compound shall conform with or be truly equivalent to the physical and chemical characteristics of 61C.P.I.-21+ compound as manufactured by flails-DoverrHermiston Company, San Francisco, California, or equal, and shall be installed in conformity with the instructions of the manufacturer and any modifications thereto by the Engineer. The specific gravity at 774 Fahrenheit shall be not loss than 1.40 and not more than 1.50. The flexibility of the compound shall be such that after a pipe joint has been made and cooled, the pipe may be deflected at least 5', in which condition the compound in the joint shall show no signs of checking or breaking away from the surface. Common Brick: Common bricks shall be whole, sound, hard -burned clay, with straight edges, and moat give a clear ringing sound when struck to- gether The shall be uniform in quality. and shall be culled or sorted before being delivered on the work. They shall pass the specifications and tests • for common brick, Serial Designation C W-201 of the American Society for Testing Materials, as anandod to date. 9-1 Manhole Frames and Covers. Manhole frames and covers shall be made • from a superior quality of gray iron. It shall be of such character as to make a casting that will be tough, strong, sound with oven grain, and shall otherwise meat the requirements of the specifications for cast iron of the hmarican Society for Testing Materials, Serial Designation 1. 48-18, as amended to date. The frames and covers shall be of the dimensions shown on the plans. The covers and frames shall be machined where they bear upon one another to ensure a close fit. Vitrified Clay m P2• Vitrified clay pipe to be furnished shall be ality, first qu, standard boll and spigot, sound, durable, vitrified sewer pipe, free from objectionable defects. It shall be hard burned, and free from cracks, warps and blisters. The pipe shall not absorb moisture in excess of eight (8) per cent of its dry weight. It shall produce a clear metallic ring when placed on and and struck with a light hammer. The body of the pipe shall be smooth and have a uniform thickness. :Jo pipe shall vary in any two diameters more than two (2) per cent of its nominal diameter. Ul hubs and sockets moat be circular and concentric to the bore of the pipe, of sufficient diameter to receive, to their full depth, the spigot and of the next following pipe without any chipping whatsoever and leave a spaec of not less than 3/8 inch in width all around for tho joint material. AU vitrified clay pipe shall be boll and spigot, extra strength, conforming to A.S.T.M. C?00-50T. Wyk -Branches and Stubs: lYyo-branches and specials shall satisfy the requirements for vitrif- ied cl y pipe as horeinbofore specified. • Electric Fusion -Welded Steel Pivo Type and Manufacture: Pipe furnished under these specifications shall be electric fusion -welded steel pipe conforming with the Standard Spaci- fications of the American Society for Testing Materials, Serial designation A-139 and A-211, with subsequent amendments, if any. The pipe shall also conform to the latest revised specifications for Fabricated Stool Water Pipe of the .1mcrican Water Works Association, Designation ::,4LtJ.i., 7+,4. Stool coils shall conform to the chemical and physical requirements specified for Grade A material required by the latest revised specifications of the =ric= Society for Testing Materials, Designation A-245. Fabrication: The pipe shall be eiadc by the electric fusion -welded process with straight soam welded joint. The longitudinal scams shall be butt welded. The coils or shoots used in the manufacture of the pipe shall be trimmed to the pamper width and shall be given any special treatment required by the electric welding process. The material shall then be properly formed and may be tacked preparatory to welding. The welds shall be made by automatic moans using shielded arc and shall be of reasonably uniform width and height for the entire length of the scam. hydrostatic Teat: Each length of pipe shall be tested to a hydro- static pressure equal to a minimum of 120p of the safe working pressure. 9-2 !!eight: Permissible variations in the theoretical weights of pipo • shall be governed by tho pormissiblo variations in weight for sheets, toile or platoo as covered in specifications of the American Society for Testing Mterials. All material shall be rolled to manufacturers standrsd gages and thicknesses for shoot and plato stool. Dirmetcr:. Tho dirmeters of the pipe shall be dcaignatod as the outside dlaawtera. The outside diameter of the pipe shall be within the peradasible variations consistent with the requirements of the type of joints to be used for connecting the pipe in the field. Length: Pipe shall be furnished in one 23 foot and one 37 foot length. The welding together of shorter sections in the shop to make up these lengths after testing and dippin, will not be pead.tted. �forknxgshl.2_nnd.Pinieh: Finished pipe shall be reasonably straight and free from injurious defects Defects in the welds, such as sweats or leaks shall be rep^_iced, but all repaired pipe shrill be retested hydrostati- cally. Pipe ends shall be prepared for field butt weld joints. Outside. Protective. CoatknZ- ..fter the pipe has been subjected to the hydrostatic test it shall be thoroughly cleaned of all dirt, grease, oil, loose scale or other foreign .matter and the outside shall be coated with an approved pipe primer. After the primer is thoroughly dried, the pipe shall be double wrapped with each layer of wrap spirally applied under tension with sufficient lap to • insure complete covera_;e. The first layer of wrap shall consist of fiber glass, bonded to the dipped pipe by means of hot asphalt, which shall be poured mechanical y onto the exterior of the pipe immediately preceding the application of the wrapping material. The second layer of wrap shall consist of 234, asbestos felt applied in the same manner over the first layer and bonded to it with hot asphalt ;.t each end of each section of pipe, the wrappings shall be omitted for a sufficient distance to permit making field joints. The first layer of wrap shall consist of an inorganic mat of glass fibers reinforced with long; continuous parallel strands of fiber glass yarn, passing longitudinally through the stripe of wrap and added during the manu- facture of the mat and forming an inte;;ral part thereof. The mat shall be of an open, porous texture to permit complete penetration of the hot asphalt poured un at the tine this lager is supplied. The mat shall be waterproof, shall have nu tricking action and shall be capable of withstanding a tecperature of 10000 F. with safety. The glass fibers of the mat shall be bonded together with a binder capable of maintaining the lase fibers in position until they are bonded to the pipe by the hot asphalt pipe dip. The second layer shall consist of a single thickness of dry felt containing at least 35 asbestos fiber. The felt shall be thoroughly saturated with selected asphalt and shall be coated with asphalt on one side. It shall be mica surfaced on the coated side. The dry unsaturated felt shall weigh not less than 11 pounds nor more than 13 po_,nds per 100 square feet. The percent of saturation (based on dry wei ,ht of felt) shall be 5Q, mininum. The loss on • heating for 2 hours at 200• F. mat ..ot exceed V; in weight. The finished product shall not weigh less than 21X nor more than 25L pounds per 100 square feet and shall be designated as 234 pound Asbestos Pipe Line Felt Asphalt Saturated and Coated. It shall be sufficiently pliable to !rind around a 3-inch mandrel at 770 F. and shall above a minimum longitudinal tensile strength 9-3 • • L of 30 pounds and a minimum transverse strength of 15 pounds per one inch width of cross-section. The felt shall be cut into strips of specified width with parallel edges and the strips shall be made up into tightly wound rolls which shall contain a specific number of linear feet of felt in one piece. The pipe finally shall be wrapped in CO -pound. 100 per cent sulphate, smoot:i Kraft Paper. Protective Coating:. The interior of the pipe shall have a coal -tar enamel protective coating in conformity with A.ti JJ.A, Specification C204-51. :emirs_ to Pipe Coating: '!here pipe becomes damaged in transportation or unloading operations, the Contractor shall repair that portion of pipe at his own expense, restoring the maim to its original condition and to the satisfaction of the Engineer. TAIIL1r FOIi 111EIGUTS�_GAGES AND PRESSURES FOR, lEi.= STEEL PIPE Outside ?fall. Thickness Approx. `!eight iiill Test Safe !fork. Diameter U.S. StandardDac isal Dare Pipe Pressure Pressure Inchea, ....... ___.Gage, 1s•• Corrugated lutal Pike 3 •2391 46.50 450 332 Corrupted metal pipe and fittings fhrnished shall be 'Jo- 14 gage, ar bestos bondeL, -Smooth-Flog•, as manufactured b­ Armco Drainage and :;etal Products. Inc.; Calco Division:. 2erkelay, California, or approved equal. Steel Strap Anchors Steel strap anchors and bolts shall be galvanized. Rein:orgi- 54eg1 _ P.einforcing steel sliall confoni to the applicable provisions of Section 59 of the Standard Specifications. -4 ;r�rxor.�s • Drick manholes shall be built at the places shorn upon Cis general plus, and shall be of form and dimensions sham upon the detailed drawings. The base or foundation shall consist of Class -A., Portland Cement Concrete as herein - before specified. .:'Lenever possible, pipe shall be laid through manholes, thereby forming an invert for the base of the manhole. 'hers the pipe cannot be laid through the manhole, the bases shall be carefully formed so as to make invert channels for the sewers. In the construction of brick masonry, the brick shall be well wetted before being laid and every brick shall be laid in a full joint of mortar on bed and and side in one operation. In building brick work, none but skilled and careful bricklayers shall be employed. The brick work is to be built up to a hei;;ht such that when the iron ring is met it will conform to the surface of the street. The iron ring shall be laid on mortar to give a true and even bearing. The horizontal joints in the brick work shall not exceed one-half (1/2) inch; and vertical joints at the inside of the manholes shall not exceed one- fourth UA) inch in thickness. The inside surface of the brick work shall be smoothly plastered with a coating of cement mortar at least one-half (1/2) inch in thickness. • All mortar used in construction of manholes shall consist of one (1) part Portland cement and two (2) parts said. • :,ackfilling around completed manholes shall be carried out in a similar manner as specified for sewer pipe. Precast manhole sections shall conform to the drawings and in general to A.S.T.;I. Specification C139. The design, specifications and name of the rra:m.facturer shall be submitted to the lIngineer for approval prior to their use. :.anholes mad be either brick or precast. All manholes shall be water-ti.;'It and the floor shall be given a smooth monolithic; trowel finish. The interior finish of precast manholes shall be smooth. : anholes shall be paid for at the contract unit mice per each for the various depths. which price shall include full compensation for furnishing all materials, labor. toolsand equipment mid doing all the work required to construct the manholes complete in place with metal fracas grates and appur- tene,tces. 9-5 • LISTIUATIW OF SD.� I UVS,. • • Cenral: The work shall include the furnishing of all materials, including pipe; labor tools, implements; and egripment necessary to construct the sewers frith all appurtenances: complete and ready to operate! all construct- ion to be in accordance with the details shown on the Plans and with the Pro- visions of these specification. Favemrent. Removal: lacadamized paving shall be neatly cut with a jackhammer spade for the width required. Q enches: .^.xcept where otherwise specifically authorized in these Specifications, or where indicated on the Plans, all pipe sewers shall be laid in open trenches excavated to the recg.ired depth. The grade line shall be set at least one hundred (100) feet ahead of the trench dig;,er. Trenches shall be excavated vertically and shall be of sufficient width to provide free working space on either side of the pipe, and in no case shall such space be less than six inches (6••) at the bell. ❑here bracing and shorin;, is necessary; additional width of trench shall be allowed. In all cases there shall be sufficient space between the pipe and the side of the trench to permit thorough compaction of backfill around the pipe. The subgrade for pipe sewers shall be understood to be the exterior bottom of the pipe Ifien mud or other soft or spongy material is encountered, it shall be removed and the space filled with macadam base rock or other approved material. '.'here rock is encounteredthe trench shall be excavated to a depth of six (6) inches below the sub.•,rade and shall be backfilled to . subgrade elevation with gravel or other approved material before the pipe is laid, gracin,^ and. Shoring: the Contractor shall at all times furnish, install and maintain sufficient bracin; and shoring in trenches to insure the safety of workmen and to protect and facilitate the work. Mien practical, all such bracing and shoring shall be removed from the trench as the backfilling proceeds removal of. !rater from Excavations: The Contractor shall furnish install and operate such pumps or other devices as may be necessary for re - moping water from trenches during construction of the sewer. Gro.nd water na be removed by laying rock or gravel on the bottom of the trench or by other means which will prevent ground crater from softening the bottom of the trench. The cost of removing water by any or all of the above methods shall be included in the unit bid price per lineal foot of sewer artt: no additional ailorance will be made therefor. Pike. Laying: Each pipe of the diameter called for by the plans is to be laid on a firm bed and have a true bearing of its entire lenLth. The pipe shall be laid in perfect conformity to the prescribed lines and grades, which shall be a'tained for each pipe by measuring dorm from a tightly stretched line rumoring parallel with the gradeill adjustment to line and grade mist be Lade by scraping away or fillin;, in the earth under the body of the nips, and ,ot be wedging or bloc!,ing up the ,:nab. 1: shallar a:navation shall be made • underneath the pipe at the joint to aecanaodate the bell and facilitate the caking of the joint. 9-6 All pipe shall be laid continuously uphill; and rrith the bell end upgrade. '.!henever possible the pipe shall be laid through manholes. After • the base has been carefully poured around the whole pipe and the manhole construction completed. the remainder of the pipe above the base shall be broken out flush rrith the inside hall of the manhole. The faces of the spigot ends and of all shoulders or sockets must be tr-e and brought into fair contact, and all lumps and excrescences of said faces shall be cut array before the pipe is lowered into the trencin !Then the work ceases for an^ reason, the unfinished end of the pipe shall be securely closed with a plug or cover. The interior of the pipe shall be free from all dirt and foreim Latter as the work progresses and left clean at its completion. Dituminoua Pigs Joints: lifter the pipe has been properly laid in the trench, the bell and spigot shall first be caulked with corded hemp or untwisted oakum yarn to one-half (1/2) the depth of the bell. After yarning, a flexible asbestos or equivalent rope runner shall be placed around the pipe and clamped in a manner that urill seal the openin„ except for the required space for pouring the joint filler. Thereafter the heated joint compounds shall be poured so as to completely fill the joint, The bituminous compound shall be poured at a temperature of not less than 350° P. In wet trenches the joints must be poured as soon as possible after yarning. In the event joints must be poured when pipe is vet; the surfaces of the pipe which come in contact rrith the hot pour compound shall be primed rrith a suitable primer when the pipe is dry, and at least twelve (12) hours prior to pouring. ire runner shall not be removed in less than fifteen (15) minutes after the pouring of the joint. • After the joints have been made and time allowed for the joint compound to set n.p, the trench shall be filled to a depth of at least sic (o) inches and not more than twelve (12) inches above the pipe. During this process of backfilling, the earth shall be placed carefull- around and under the pipe and shall be free from rocks and clods, • 9 - 'i ;,ACKFILLL'G A.!D TAiPING • Deac ri�ion: All excavation shall after pipe line construction be backfilled to the level of the natural ground, or sliLhtly above this level to compensate for aftersettlement or as directed b­ the En,,ineer. S!here cribbing is used in the trench; the loose fill shall be carried to a height sufficient to prevent the surrounding ground from crackin„ or caving into the trench before the cribbing is removed. If. at an; time during the continuance of the Contractorts responsi- bility. there shall be any settlement of the trenches, or should any other defect appear in the system due to negli;;ence or carelessness on the part of the Contractor; the Contractor shall make such repairs as may be necessary, and should the nature of such defect be such as to require immediate attention, the city shall make such repairs as may be necessar! and au'x,ut a statement of the actual cost of such repairs to the Contractor, who shall reimburse the city by a cash payment or by deductin,; from the final payment due him. .'o backf4ll almll be placed around, pipe for a period of at least 14 hours a:'ter pipe jointing operations, except as directed by the Engineer. After the line has been laid and approved, backfill materials shall be installed in the followin;; manner: • IIalative compaction within improved street limits shall not be less than ninety per cent (99'), as deterndned by the Impact or Field i;ethod Compaction Test specified in Section 6 of the Standard Specifications. Smpcoved_ Streets: (Paved) 2ackfill material of the best type available at the job site shall be replaced by hand to a point one (1) foot over the top of the pipe and be thoroughly compacted by a mechanical means. The balance of the backfill may then be placed in the trench by a bulldozer or other means in lifts not to eseed six (6) inches in compacted thickness. Each lift shall be thoroughl;• compacted by pneumatic tampin,-, to surface grade including the street base compacted by pnetn,:atic tampin_ to surface grade including the street base material. rase material shall be replaced in like kind and amount except that a ainimum of six (6) inches of compacted base material will be required. Lproved Streets: (?ock or Oiled) ::ack:ill material shall be placed in the same manner as note; for paved streets. A minimum of six (6) inches of compacted base material will be required for trench width. sets_: (Earth) Treat', crossings of earth streets shall be pneumatically tamped in six (6) inch compacted lifts as specified above. Trenches parallel to the run • of the street rta­ us bac!,filled and compacted in the follarin�: rser (dependent on soil type) when permitted '-'7 the Zn�,ineer: After l,ac'Sill material ':as been placed in the trench �)y hand to a point approximately sue (1) foot over the pipe or conduit; the trench shall be watered so as to cause initial settlement 9-C of backfilled material Additional earth shall then be pushed into the trench in lifts not to exceed three (3) feet and be watered for initial settlement • as noted for the first lift. Trenches shall be backfilled in this manner to a point approximately sir, (6) inches above the grade of the street and then be thoroughly rolled with heavy equipment. .efilling of trench and rollin;; shall continue until the backfill is compacted to a point approximately three (3) inches above the grade of the street. • • Street Shoulders: Street shoulder trenches parallel to the run of the street may be backfilled in a manner similar to that described for earth streets when permitted by the Engineer. UnimLn ed Areas: Flooding of jetting of trenches will be pormitted in unimproved areas outside of the traveled Tray and in open fields where no hazard of undue inconvenience to public or private interests would occur. After the pipe has been laid and approved, earth of the best type available at the job site shall be deposited by hand around the pipe and to the top of the pipe and be thoroughl+, taraped. Additional fine earth shall then be placed in the trench to a depth of approximatel- one (1) foot over the top of the pipe, The remainder of the trench may then be backfilled in five (5) foot lifts to a height of not less than one (1) foot belmr finish grade by bulldozer or other methods the Contractor ma- prefer. Tie trench backfill shall be flooded with sufficient water to cause coriplete settlement of each lift of the trench back - fill material when prodded with a bar of sufficient length to reach the sewer pipe or conduit at four (4) foot intervals. Rrere soil 'oecomes crusted and bridges over the loose soil underneath, such bridges shall be broken down into the trench before additional backfill is installed. After settlement has occurred and the trench backfill has become stable, the balance of the backfill required to bring to finish „rade shall be installed and. then be wheel rolled until thoroughly compacted. AL the Qontractorrs option jetting nay be substituted for the above described flooding method -.'hen the jetting method is used, backfill imterial shall be installed in the same manner and to the same elevations as required for floodin(,. After the backfillin� has been completed to a height of approximately one (1) foot below finish grade the backfill material shall be jetted at intervals not to exceed four (4) feet frith a pipe or tube of sufficient len_,th to reach the top of the sewer pipe or conduit. Toe balance of the backfill shall then be installed as required for flooding. Dippysal of Excess laterial: T,:e Contractor shall clean up each job, removing from the vicinity of the completed rrork all plant equipment and unused material, concrete forms, brush, etc.; accumulated durin-, the construction of the work. 2xcess materials which have been excavated from trenclies, and which cannot be utilized for backrill or spread adjacent to the imrk; shall '.1e removed by the Contractor, 9-9 Pavement and Sidewalk ^enlacement: Pavement and sidewalk removed shall be replaced with the same type • and thickness except has hereinafter modified: • • Pock material base shall be replaced with an acceptable rock material from an approved pit. The minimum depth of rock base replaced to be six (6) inches. Gradation of material to conform to the Standard Specifications. Compaction of the base material shall be by tamping or by wheel rolling with heavy equipment. Plant -mixed surfacing of not less than two inches thick shall be placed so that the center of the patch is one (1) inch higher than the elevation of the ad,-'jacent surfacing. After initial settlement has occured additional plant-ni smd svrfacin; shall be placed so as to brin the patched area to the existing ,rade of the street. Prior to placin. plant -mixed surfacing, a tack coat of emulsion shall be applied to the base material and cut edges of surfacing. A seal coat of erasion and rock chips shall then be applies; to the patched area. Plant -nixed surfacing shall conform to the applicable provisions of Section 20 of the Standard Specifications. All renoval and replacement of pavaLmnt and siderall: shall be done to the satisfaction of the Ln;;ineer. 9 - 10 LP4ELIAi9M%3 ITEIs9 • Concrete_Piers: Concrete piers shall be constructed in conformity with the applicable provisions of Section 31, of the Standard Specifications. Ordinary surface finish hill be required. Concrete Encasement for Pipe_ The concrete for pipe encasement Station 31.70L+ shall be poured in neat excavation. Foniing will be req:ared for concrete encasement of pipe at railroad culvert. Disposal of__MS vgsa Iaterial_: Concrete removed by trenching and other material in excess of that required for backfill shall be removed and disposed of by the Contractor. The Contractor shall clean up the work site. removing from the vicinity of the completed imrk all plant equipment and unused material, forms, brush, cleared and grubbed material etc. Clearin^ and Grubbinrr: Tre Contractor shall be required to perform any necessary clearing and grubbing of trees designated Sy the En ineer for removal. Cleari.n and grubbing will not be paid for directly but shall be considered a subsidian, obligation of the Contractor for which pament is Licluded in the various other items of • the contract. 'rater for Construction: The Contractor shall make his mm arrangement with the City 'later Department to secure any necessary water for construction. Construction on Private Propert.: The Contractor shall meet all requirements of the Southern Pacific Railroad Company in connection with serer construction under this contract. Me methods and materials for this operation rust also meet with the Emgineerrs approval kll construction on private propert-, shall be carried out with a minimum of inconvenience to the mmers thereof and ti:e premises upon completion of the imrk shall be left in a;neat and presenta'�le a condition as before he entered upon the work. Connection to_Exiating 3eror: The temporary connection to the existing serer indicated on the plane shall be substantial and watertight. Corru:,At a:etal ripe 3"r: • Corr' gated eetal pipe semr througi: railroad culverts shall be installed, true to line and grade secural., anchored as indicated on plans, and uutertight. 9 - 11 The bends d tee for installation on thisIke shall be factory fabricated. • Any Portions of the pipe coating damaged in transit or by handlin„ shall be repaired by the Contractor to the satisfaction of the Engineer. Liakdt Steel h_pe_ Sewer: '.lelded steel pipe sewer shall be installed with uniform bearings on piers and soil. The upper portion of the felt mat on the most northerly pier shall be greased. The Dresser coupling indicated on the plans shall be assembled and placed so that it extends an equal distance on each section of pipe. Followers shall be drawn up evenly and bolts shall be tightened sufficiently to compress the askets properly and make a rater -tight joint. Caution shall be exercised to avoid damage to the pipe coating, any damaged portions of the coating to be repaired by the Contractor to the satisfaction of the Engineer. Sewer Lines to be Substantial) _Iat�ight: It is particularly important that the sanitary sewer_ines constructed under this contract be substantially watertight. The Contractor shall take note of this fact and shall exercise every • precaution to secure watertightness throughout the component parts of the system, particularly as regards the pipe jointin6. The Contractor shall follow the detailed specifications and shall conform with the intent thereof to secure the highest quality of workmanslAip in the laying of all sanitary sewer lines under this contract. All work shall be subject to inspection by the Engineer. : final Ine1:ection and Tests: After the work shall have been completed it will be thoroughly tested and inspected by the Engineer. A hydrostatic test with pressure not to exceed that of the most severe operating conditions will be required. l:easurement and-Pa=ent.: Payment for installation of the serer system shall be made at the applicable contract unit prices which shall constitute full compensation for all work and materials including pipe, excavation, backfill, shoring, concrete, fittin_a, installing pipe. clean-up, and other related work and materials. 1[aasurement of serer main shall be by the total lenUth installed including fittin s. Sequence of Construction 0 arations: • Priority of construction shall be given that portion of Project Unit 2 comprising the line between 6ichard Street and Alexander Avenue. 9-12 SFATIOII 10 • pr_OJ= SLIT 2 L ST.4LL'iggO OF CAST L^.0:: YIIL Lit APM T1�NAi&Z General_ Tie City shall furnish the mec:ranical joint cast iron pipe, fittings, valve bores valves and h-drants to the Contractor from stockpiles located within the City of San Luie Obispo. The work to be done under this Section shall comprise the furnishing of all labor, methods or processes, tools, equipment ane.. all materials exept those specific materials listed hereinbefore to be furnished by the City required to construct the cast iron water line and appurtenances. complete and in satisfactory operating condition, and to perform all imrk incidental thereto as shmin on the plans and/or as specified herein. The tmrk includes installation of all pipe, fittings, valves, valve bo;ms, connections to exist - in; lines; disinfection of all pipe and fittings- excavation, backfill, re- surfacinf of existing street surfacir_i torn up during the work and restoration or replacement of any property or improver:ients which may be damaged or destroyed b­ the Contractor during construction. TrenchinL for Yiye Lines The ditching operation shall be conducted Iy means of machine or hand • tool methods at the discretion of the Contractor, as approved by the City Lngineer, alonL a route as established by the plans and dratrin_-s. rre depth of the ditch shall be _sufficient to provide a minimum of 30-inches cover over the top of the pipe, except as may be specifically designated othemine. Further, the ditching, operation shall be conducted to provide uniforvi slope gradients throu;hout the scope of the operation. 17o sharp breaks of contour sufficient to cause disproportionate warpage of ioints etc. will be permitted. rae minimum width of ditch shall be at the discretion of the Contractor, pro- vided that such width shall be in the opinion of the City Fngineer, adequate to conduct trork of laying pipe caullcing of joints and compaction of back ill below and ad scent to the pipeline. The Contractor shall determine the grade acid/or location of all public utility facilities such as telephone poles, potter poles; Gas lines, etc., and. s:wIl so conduct the rrork at all times to prevent damaLe to. or interruption of service b, said public utilities. The Contractor trill be required to provide for the passage of traffic through the imric at all times. The Contractor shall have the responsibility of providi;y suitable barricades lights or warning devices as ma:, be required for the protection of the public ­.,rere setters or louse setter laterals are encountered in the trench an(' tbev trmtld interfere with the la­inL of the pipe line, the Contractor shall have the option of either removing the said setters or house setter lateral and later replacing the same_ or of excavating the trench to such • a depth as to permit the laying of the pipe 'oelow the said scorers or house lateral setters. 10 - 1 • • Tiere the said sewers or :douse sewer laterals have been removed or cut throu6i). Us samre shall be replaces: in a workmanlike mawer and a. as to • provide an adequate fall from the building to the main Bower, without traps. 'Iere it is proposed to lay the said pipe line under a house lateral sewer, the pipe line shall be so laid without the use of any bends and/or fittings. ty TA -UM The Contractor shall, unless specifically designated othenrise by the City Brgineer, arrange the work under the contract so that all pipe shall 13e laid without break, up;rads from structure to structure, with bell ends of the pipe up--rade. Pipe shall be laid on an unyielding foundation with joints closely and accurately fitted. tr..a to line and ;grade and with a uniform bearing, under the full length of the barrel of the pipe. lalldn or., or disturbing the pipe in any manner, after the joints Nave been rude will not be permitted. All pipe shall be thoroughly inspected internall:, before being lined up and shall be freed from all dirt, raga, wood or foreign matter as the work progresses, and the pipelines shall be left clean at its completion. At the close of each days %. rk, or whenever the worn ceases for any reason, the open ends of the pipeline shall be protected r.zth close -sitting plr;;a. • Jointing; :iechanical,Joint Fipe The last inches outside of t':e spigot and inside of the bell of mechanical -joint pipe shall be thoroughly cleaned to remove oil brit, tar (other than standard coating;), and other forei;;rr matter from the joint, and then painted with a soap solution made by dissolvinc one-half a cup of granu- latee.. soap in one gallon of water. The cast iron 31and shall then be slipped on the spigot and of the pipe with the lip extension of the &land toiard the socket or bell end. The rubber gasket shall be painted with the soap solution and placed on the spigot and with the thick edge toward the ;;land. The entire section of pipe shall be pushed fonrard to seat the spigot end in the ball. The ;,asket shall then be pressed into place within the bell, being; careful to have the Laslcat evenly located around the entire joint. The cast iron gland shall be moved along, the pipe into position for bolting; all of the bolts inserted and the nuts screed up tightly with the fingers, 111 nuts shall be tightanaC with auitable torque linritin• r.menches to be provided by the Contractor. The torque for the various sizes of bolts shall be as iollowa: ..._.__.or.. Size in inches ;:a gs of To ue in foot s Aff 60 - go • 2'uts spaced 1tA" de -;yeas apart shall be ti;htensd alternately in order to produce an equal pressure on all parts of the eland. 10 - 2 Settin;, oT Valves: :ill valves shall be installed in the trench where sham on the drawings unless othenrise directed by the Fu4,ineer. Valves and • cast iron valve boxes shall be set plumb with valve boxes placed directly over the valves and with covers at finished grades. After being tested and correctly positioned; fill shall 1>e carefully tamped around the valve and valve box corpletely filling the mmavated area and having a relative com- paction of ninety per cent. (9a,,'). Valve bores furnished by the City shall be installed accurately centered over the valve and the Contractor shall furnish materials for and construct the concrete collar indicated on the plans. Defore installing aiy valve, care shall be taken to see that all foreign material is removed from the interior of the barrel. Stuffing bores shall be tightened and the valve opened and closed to see that all parts are in working condition. :'••drostatic Test The Contractor shall furnish all labor and equipaent necessary and wake the hydrostatic tests in the manner prescribed below: Pesch section of completed main, prior to oackfilling of the joints and valves shall be subjected to a hydrostatic test of not less than 180 p.s.i. for a period of four hours. The Contractor shall give the Engineer twent'-four (24) hours notice that such a test is to be made and such test shall not be made unless in the presence of the En.-ineer or his authorized agent. Compietod sections for testing shall not ezoeed 4000 feet unless • approved by the En ineer. • The line to _�e tested shall be completely filled with water and all entrapped air released. '.lien there is no valve located at the end of the completed section, a belled end shall be tenporarily welded on with a fitting provided for a Bourdon test ,auge. The equipment to be provided shall be either a samtal or power driven pressure pump capable of producing 200 F.S.I. Between the supply line and pump. a small water muter reading to the nearest one (1) ;allon, shall be installed. The test gauge shall be located on the section of wain to be tester:. A_ "ter fillin:, the line; the pressure shall be brought up to that as specified above and held :or a period of four (4) hours. During the test period, all joints, valves, fittings and other connections shall be care- fully inspected for leaks and where any appear. they shall be ma-ked for repair. The leaka„e as measured throu,,h the water meter. shall not e::ceed twenty (20) Callon per hour per mile of completed pipe. Followin_, the test, any joints, valves, fittings or connections show- ing 1ea1•age, sAll be tightened or repaired. 1.1here the loss exceeds twenty (20) ,,allons per hour per mile, the line shall be repaired or replaced and re -tester: for the same period �.ntil compliance of this requirement is met. ,!o section o: line shall '�e accepter. where it fails to pass this test. 10 - i Dackfilliae: The Contractor shall Lack:ill all open ditch or bell - holes created by him during the course of his work as follows: All backfill material shall be rude free from rock, debris and other coarse materials prior to its introduction into the ditch. Backfill shall be laid in layers of not greater than 2 inches depth and moistened and tamped to provide a Ldiimum of 905, compaction up to a depth equal to Q' inches above the bell of the pipe in the trench. 2ac!:Zill shall be laid in la;rers of not greater than $ inch depth and suitably compacted by moistening and tamping from the height described above to a maximum height of earthen backfill. prescribed. In lies of the above requirement and where pezvdtted in writing by the Engineer back ill above a plane 6-inches above top of pipe ray be made in Is'ers .lot to exceed thirt inches in thickness where tamped with compaction equipment equal to the ��::ydrahamaer� or •^.3ghty hidget' compactor. -jesurfacinV of Streets: The Contractor shall, after earthen backfill- ing has been approved by the Uity 3agineer, resurface the streets by methods prescribed by applicable City Ordinances: Penerally these require that: (a) A 6'•, lager of imported base material acceptable to the City .;r;;ineer shall be placed and compacted on top of the earthen backfill in paved street areas. • ('�) <ase material, and ed:,es of ditch shall be primed with as, emulsion, applyin;; a sinirmm of 0.2 (2/10) gallons per sgcare yard of area. (c) Oiled or plant mix surface shall ::e replaced with a minimum thickness of 2-inches of plant mix paving material when com- pacted and shall be flush at all points with the e:aating street surface. Deal Coat and ,.ranite screenin,,s shall be applied as directed by the :r:,;ineer. (d) All paved surfaces where dish-rbed shall be trimmed to straight and sharp shoulder lines prior to the introduction of any resurfacing materials. (a) There resurfacing is to be done near or adjacent to curbs. ,utter or feather edge road shoulders, or where two resurfacing zones are deemed sutficia tly close to each other, the City Tngineer say require that a uniform overall resurfacing be effected, to assure a continuous level surface without danger of brid„in, or ribboning by the remaining old surface. ",treat resurfacing will be required only where there is existing street surfacin_. which is torn up by the Contractorrs operations. Where there is non -existing street surfacing or the street is unimproved. the Contractor shall restore the surface in kind and to its original condition. 10 - 4 N disinfection of Lirnee: The Contractor shall supply labor, equipment and chemicals to disinfect the water lines installed under the contract, this • nay be done in conjunction with the hydrostatic test mentioned above. The disinfection of the line shall consist of the introduction in the pipeline; suitably mixed with the water, of HTl:, Perchloron, or other chemical compounds of equal chlorine value, while the pipeline is being filled frith water. 1, bleeder shall be opened at the farthest point and water, mixed with the chemical, shall be purged until, by teats taken by the City Eq,ineer, the chlorine content is deemed adequate. The pipeline shall then be isolated for a period of 2[, hours and further tests taken by the City Engineer to determine if the line is adequa- tely disinfected. If further disinfection is required the above procedure will 'oe repeated until satisfactory results are obtained. Following satisfactory disinfection, the line shall be purged with water until chlorination test shows absence of free chlorine. 'cater for testing the pipe lines will be made available to the Contractor from the existing City water system at a time designated by the ;later Department, pending satisfactory completion of the work. Connections and Tie-ins_to ;vietin�L later !Linea: The Contractor shall make all Lie -ins and connections to the existing water lines as shown on the . plans for the work. The Contractor shall program this phase of the work so as to interfere as little as possible with the norc:al operation of the municipal water works, The Contractor shall give at least 21L hours notice in writing to the Engineer that he intends to perform this plisse of the vmrlc. Anchorage_. Anchorage and/or thrust blocks shall be pprovided at all breals in the ali3nment or grade that exceed three de;,rees (3') deflection; and at all locations shown on the plans, The line shall be adequately anchored, supported and backfilled to hold it in position under pressure before the test pressure is applied. The Contractor shall give priority to the completion of the six inch line on laurel Lane and the eight inch line on :falter Street, for water service to contemplated factory construction on halter Street. Concrete for anchorage, thrust blocks, hydrant bases, and valve box collars_ shall be as specified in the materials section for Project Unit 1. Reference is made to Articles (f) and (g) of Section S of these Specifications on pace 8-3 thereof. 40 10-5 CITY OF SA;' iUIS OBISPO CALIPORTRA NOTICE TO COFTRACTORS Sealed proposals will be received at the Office of the City Clerk of the City of San Luis Obispo, City Hall, San Luis Obispo, California, until ,%:. on , and will be publicly opened and read aloud at the above st.-ted time in the Council Chambers in said City Hall, for construction of sanitary sewer and water mains, as shown upon tie plans therefor. The work consists essentially of constructing the following: Project Unit 1. Furnish and install vitrified clay pipe sanitary sewers and appurtennnces between the easterly end of Alexander Avenue and laurel Lane. The Contractor to furnish all materials including pipe. • Proiect Unit 2. Install only, mechanical joint cast iron water mains on Walter Street and on Laurel Lane. • The City to furnish all pips, valves, hydrants, valve boxes and fittings from stockpiles within the City of San Luis Obispo for installation by the Contractor. The prospective bidder may submit bids on either or both of the Project Units. The City will consider each Project Unit separately in making the awards. CD - 1