Loading...
HomeMy WebLinkAboutF-244[ IT4 t LERH'S F I LE 110. _F-2m� SUBJECT: 0 c. MOOAE DRY DOG[{ QQr4'A_NY.. v_.- ThL, he Gear:.:r an.: zhe Cnr;tcacto; for y.i;e consi a*s ri t`n n In- `#OLXt the tcs:.-ac for shall per fora ere thlni' n PE. Fat^!x6d, shy '.r✓ c drrr', W161. sh all o run lat �.c ,a^d.y _cole: erwaa.'e e;J^:n•�i end aTl ai Slit an' n4 r+:,;•xi required Lr, ecmpte L..c a... i. ct'c u.. r:� of c•+u, .l uc'on o: _JONNSON.•_. _STREET UNDEHPASS,t.CITy �Fl�N ,;N0,.. 7-52._._. n rscr a.corder with the o`.ars and srecifie at .or:c theref. irrl a,n anc a1J -dda r:.i. ade;h-er by th, (hze., in sta uct eerz: i1 'R.s ru?W Tnr. ("Ont act :; L!. WLS !e T`sinS""e" erne rated.. Lr, i8 $�t•flei( tihat S&!d �abU . DIQt^TiR13 Sr G PG :pacn a"�.:: Stall be fumisheu a-d cain wOT9: performer) nd r vp'et.arl '!Ado and supers iaion and 51i,jeet w the apprm ±!.t of the (loner or ,.. d,tirori:zed r, preae:Ttatives. ARTICLE 11, C0 gTRACT PRlrLE The P:mer wall pr, the;nr. ... flu.1] consideratioTx for the faithful oerfornaacc. of iTs ..o any additions or, dedr:r t.lone as provideu in the ionvrar cunt 'act p'.•?.cec as follows= �',�},✓��'//'�`.'f. J�✓����/�X� �Y�'J�,�✓%i��%�'%IElb��i ������ ��%��ff%/i ���i���r����� �s✓ �f�1t�1LlL��f�.�i�.�L11Cil�lLC��t"L_... _ ,�._. PRICE BID ITEA WITH pRICE -dit.li'EN IN.tiGRDS IN FIGURES 1, 'rurnish material, fabricate, deliver end erect stn:etural steel struct:.ire for the gum of ,ttii.pty e1Cht thousgand .eight oui4rgd,nirngt;,r-f'ogr.d011 rs,cpd,no .90 . cgr-Ss. . . . . . . . . . . . . . . . . $1�,t9f} 2. Clean and paint structural. steel (s'•:op ori!To coat and field prime coat) for the s.v^. of . twq thguyapd.eSCGt•h;pn T' d.ope• 4r,jllerc gn4 oo.cCrls. . . . .. . .. ✓ . . . . . . . . . . . . . . . . . . . TOSAL 0 0 Ps„r:.rtts are to be meals to the Contractor in accord^nee with a»r subject to the Provisions embodied in ',.iie documents made a. part of this Contract: Should any dispute arise respecting the true valua o' AuV worb: omitted, or of any extrsawork which. the Contractor may be -squired to do, or respecting Ile size of an;;payment to tba Contractor, during the cerforrance of this Contract, said dispute shall be decided by the Owner and its dec'.sicn shall be final, and conclusive.. AAT'tC:.3 III, CU&ONENT P1R73 OF VUS CONTRACT! 1ha Contract consists of The following documents, all of which aro es fully a part. thereof as if herein: set out in full, if not attached, as if hereto attached: L, Notice to Contractors 2.. Proposal Hcxiuirements and information tor biddere 3. Genera`.. conditions, Specifications and Special Provisions L- Accepted Proposal 5. Plana 6.. Agreement and Bonds ARTICLE IV- It is further expressly agreed by and between the parties hereto that should there be any conflict between the terns of this instrument and the bid or iraopoeal of said Contractor, then this instrument shall control and nothing, herein shall be considered as an ateentance of the said tervr of said proposal conflicting herewith. IN dl.V i.:5 I P.EOF, the parties to these presents have hereunto set -heir hands this _,ear and date first above written - ATM-! CITY OF S.,... F.UIS C-�ISPO �. �j • , i n r q' .1Onl *24 Ali! JF� �/ Fi,F pl:^��rSl�Tf771 ifii� W I dPASOLLO Jh* JJR a s44r25h57 ' r25563/322 THIS AURBBb- UT, %ads this JL day of _ L �, 1957, by and between aOVIHnxN ;'ACIDIC COMPANY, a corporation of the State of ,,slawsro, herein called "Railroad", and the CITY OF aAh LUIS OBISP'O, a municipal corporation of the State of California, herein called ^City^; A�MTAL,3i Oy indenture of even data herewith, :(ailroad granted to "ity the right to construct, reconstruct, maintain cnd use a highway by means of an underpass, hereinaftor referred to as "structure^, under the track$ of vailroad and upon a certain parcel of and of .;railroad in }San Luis '3bispo County, California, in the location shown tinted yellow on print of railroad's +:oast Division Drawing ae76, revised March 25, 1957, attached hereto and mad& a part hereof. y indenture of oven data herewith .. ity granted to :.ailroad the right to construct, reconstruct,-:&Intain and use a slope encroachment upon certain parcels of land in jan Luis Obispo ounty, California, in the locution shown tinted blue on said ;,rant of railroad's toast Division Drawing 21876, attached hereto. :he parties hereto desire to set forth in this instrwiant their understanding& and agreement& relating to the construction of said structure and the changes &%&de necessary in connection therewith. ..64WK&TI ;V'11., TH�.h:'.:++, it is understood and v�reed ty and between the parties hereto as follows: 1. city *hall secure any necessary pernlssion .and authority for the construction' reconstruction, maintenance and use of said structure from the governmental body or bodies having, Jurisdiction thersovor. 2. :ailroad shall pay 7ne ;.undrsd twenty nous4nu4 (12O,QW) Dollars towards the reconstruction and widening of said structure, estimated to be a total cos*. of One Hundred ^ifty-'A ght 'Thousand :even ;;undrad ;.ighty (158,780) dollars. Railroad shall pay hirty T'hou&and (30,000) Ueliars within thirty (30) days after execution of this arlreswsnt; an additional Twenty thousand (20,OJO) ('.ollars within sixty (60) ;Jays after award of contract to a contractor; an additional �wenty Thousand i209000O Dollars within six (6) monthe after said award of contract to a contractor; and the balance when the final stats"n nt of charges incurred by itailread against the project ties bean approved by pity. 3. kailroad, at its expense, shall: _I- JJh': A.* 5-1-57 a) remove, abolish, barricade, physically close and make safe the Fairview Avenue Overpass (Crossing No. E-251.8-A); b) physicallyclose, abolish, barricade and make safe the following arossingst Higuera Street (Crossing No. '-251.4); Palm Street (Crossing No. F,-251.3); Hathway Avenue (Crossing No. E-250.8); and, Osos Street (Crossing No. E-252.1). 4. Railroad, at the expense of project, :hall accomplish the following: a) track work; b) drainage facilities; and, c) signal and communications work. Railroad, at the expense of project, shall furnish representatives, engineer -inspectors, flagmen and watchmen as Railroad deems necessary to safeguard its property, engines, trains and cars at said location during t`:ie construction period. 5. .all work to be done hereunder by Railroad shall be done only by its employees working under railroad labor agreements and shall ve done on a force account basis, the coat thereof to be paid to 4ailroadfrom project contribution by Railroad. 6. All charges incurred by Railroad at the expense of project shall be subtracted from the total amount of said contribution of One Hundred Twenty Thousand (120,000) Dollars by Railroad and shall be compiled on the basis of cost and expense incurred and charged or allocated thereunder by Railroad in accordance with its regularly established practice under the Uniform System of Accounts for Steam Roads prescribed by the Interstate Commerce Commission. 7. The estimated cost of the work to be performed by Railroad at the expense of project is herein set forth and summarised as follows: a. track work 418,388 b. drainage facilities IOU c. signal and communications work 8,080 d. enginssring and inspection 3,420 e. equipment rental 453 f. freight 1 670 g. flagging 1:9$0 h. 1, store expense 1,120 vacation allowance 535 -2- A JJX a s . * 6-3-57 s 11 J. holiday pay 268 k. health and welfare 4U2 1. Railroad retirement and unemployment insurance 994 m. Y.L. and Comp. insurance 536 n, supervision 1,340 o. contingencies _3.932__ p. Total Estimated Coat 43,220 q. Less Estimated salvage 4,690 R. NET ESTD.!ATED COST W.53o Railroad shall submit all statements of charges to City for work performed by Railroad on the basis of items set forth in the above estimate and shall submit its final statement of charges on the same basis to cover the actual cost of items of work performed by Railroad, provided, however, that the cost of flagmen, watchmen and representatives to protect Railroad's property and trains due to the operations of City's contractor shall be segregated in Railroad's statement to City from all other coats charged to the project under this agreement. In the event the total amount of the estimate is exceeded, such expenditure shall not be charged against the project for any such excess unless and until such expenditure shall have been approved by City in writing and provided that in the event the cost of work to be performed by Railroad hereunder exceeds the total amount of the estimate therefor, any additional payment or payments shall be provided for by a supplemental agreement mutually satisfactory to the parties hereto. Railroad shall not be obligated to incur any expenditures in excess of the expenditures in said estimate unless and until the supplemental agreement referred to herein has been executed and delivered. 8. City, at its expense, shall construct the embankment for the new location of Railroad's main track as illustrated by red line on print of Railroad's C. E. Drawing 31732, Sheet No. 1, dated April 12, 1957, attached hereto and nAde a part hereof. -3- • JJy. » x .« 4.29-57 • City's contractor shall observe Yailroad's rules and regul W ons. All work upon said structure shall be done at such times and in such manner as not to interfere with the oParations of m.ailroad. 7. ;,ailroad, at the expense of project, shall: a) construct the track on the embankment built by City end, on completion of the track in its new location, shall re,.Avs the existing track; b) remove the dock of the present Johnson .itreot underpass aUove the bridge seats; e) rearrange Kailroad-owned telephono, telegraph, signal lines and appurtonances; and, d) do any other railroad work necessary in connection rith construction of said structure. City, at its expense, shall arrange for the renoval and disposition of the remainder of the Johnson --Street underpass. 10. after the construction of said structure has been completed, amity, at its expense, shall maintain the substructure of said underpass including approaches thereto, roadway, li?hts, highway drainay+e and all other highway facilities. hailroad, at its expense, shall maintain the auperatructure of said underpass, including its tracks, roadbed, roilroad draina,.s and all other railroad tacilitles. The superstructure is defined as that portion of the structure a:,ove the bridge seats. 11, All work conter..plated in this agreement shall be performed in a good and workmanlike manner to the satisfaction of the parties hereto and each portion shall De promptly commenced by the party hereto obligated to do the same ::nd thereafter dili„antly prosecuted to coaclusl'-n in its ingical order and sequence. The books, papers, records and accounts of the parties hereto, so for as they rslate to the items of expense for labor and materials or are in any way connected with the work herein contemplated, shall at all reasonable times be open to inspection and audit by the agents and authorised rapresentatives of the parties hereto. 12. In the event any of the work herein cnnLOxaplated to De done upon or adjacent to the right of way and property of .iellroad should be let to ia • JJ•: 4_49_57 • a contractor, or contractors, by City, such contractor shall be satisfactory to Railroad as to his responsibility and ability to perform the work under and across tt:e property and tracks )f Railroad and no such work shall be berun until such contractor shall have first entered into a written agreement with asilroad, substantially in the fors of a draft hereto attaehod and marked �:xhibit as% amity shall furnish, or require its contractor to furnish, to kailroad the ori,=anal of each policy covering :ailroad trntectire Public Liability Insurance and rroperty i;amage Insurance in the form end for the amounts spacified in said exhibit " % which contractor is required to furnish for and in behalf of %ailroad. 13. This agreement shall inure to the benefit of and be binding upon the successors and assigns of the parties hereto. Ib 14ITM333 A&RnF, the parties hereto have caused these presents to bt executed in duplicate as of the day and year first herein written. 30UTMEMN PACIFIC CIM$AHY, Gcnert"!a�ager dttsst C ,4st. cretary CITY OF SAN LUI3 ,8I3F0O Mayor .5m ARIBIT "i" THIS AOh,tt MNT, made this day of , 195 , by and between s00':HRRN PACIFIC C,iYAPA7M—, a corporut on, ere after called "Rail— road", and heseiaaft•r ca • "Contractor"; WITNBMMX i i.' AKAd, -Railroad and the City of San Luis Obispo, hereinafter called "City", have entered into or will enter into an agreement providing for the reconstruction of the Johnson Street underpass at dan !.uis )bispo in an Luis Obispo County, Ualifornis, said agreement providing that City shall cause its contractor, or contractors, to enter into an agreement with ?'ailroad substantially in trio form of a certain draft attached to said wrroementl and, ,.MR3490 en thc. do;,of 1357, said City entered into a contract with ;ontractor for --the of said underpass, which contract provides that said Contractor shall enter into an agreement with said :,atlroad; :a?.-, .3i�Sr3F0:i'-, it is understood and af;reed se follcwst ::ontractor, in advance of performing any work on or in-,ediately adjaCant to cailroadts property, under said contr,et between sty and Contractor, shall, with respect fA ti:e operations Contractor or any of Contractor's subcontractors perform,, furnish for and in behslf of railroad Protective Public Liability Insurance and Property i:amsgo Insurance= said Public Liability Insurance providing for a limit of not less than Two Hundred 'thousand (20000) 'dollars for all damages arising o,,t of bodily injuries to or death one person, and, subject to that limit per person, a total limit of Five hundred Thousand (500,000) dollars for all damages arising out. of bodily injuries to or deaths of two or more persons in any one occurrence, and said rroporty damage Insurance providing for a limit of not Less than two hundred Thousand (200,000) Dollars for all damages ariainn out of injury to or destructioa of property in any one occurrence, subject to a deduction of Five Hundred (500) Collars, and, subject to Viet limit par occurrence, a total (or aggragate) limit of ive hundred Thousand (500,000) ,?ollars for all damages arising out of injury to or destruction of property durin„ the policy period. The policy avidenein the public liability insurance tbove provided shall contain a :ailroad trotective Sndorsaceat in the .aa,-e fora as the attached Insert. ':'hat ;ontractor shall furnish to ;tailroad Cho original policies of insurance, for and in behalf of ttailroad, providing, with respect to operations Contractor or any of Contractor's subcontractors perfor,,, insurance in the amounts as aforesaid, which policies shall be subject to the en,proval of Railroad. That the insurance hersinabove specified shall be carried by the Contractor until all work required to be performed within or immediately adjacent to ;railroad's property under the tsrra of said contract between City and t;ontractor is completed to s+tisfaction by City. That Contractor shall comply with the rules and regulations of railroad, and the inse.ructiona of its representatives, in relatl�n to the proper man:.sr of protecting the tracks and property of d.ailroad and the traffic moving on such tracks, as well as the wires, signals and other property of tailroad its t,uiant,s or licensees, at oitd in the vicinity of the work during the period of construction, including the removal of tools implements, equipment and other isterials as herein provided. ::ontractor shad perform Contractor's work in such manner and at such times as shall not endanger _I- JJs! • • , x . < trot-57 A or interfore with the gars operations of the tracks and property of Railroad and the traffie roving on auch tracks as well as whoa, aisnals d other "Otorty of Cailroad, its tenanta or ficensoos, at or in the vielsiity or the nark. wntrastor shall contest .ailroadpp to determine Glass of Railroad personnel which of itslbe tratra, required dshduld oo aintect afrom 4ilroadtana*aiiaststof the cost of foreen to be provided and work to oe performed by sailro&4 at Contractor's expense* contractor further agree* that upon oompletion of the work covered by said contrast between said .ity an � said contractor, to re psrforr_ed by :ontractor upon the pro<sioes or over or beneath the tracks of railroad, Contractor will promptly remove from the promises of aaLlread all of Contractor's tools, iayl.aasatsa OqVuipmont and other "^aterials, whether i;reught upon said preealvag by sold :.ontractar or any subcontractor, employee or agent of ':"traetor or of may subcontractor, aad Gaaso said promises to bo left In a Glean and aresentable condition. Vi aIT USJ .eH^^^:it.i Y, the parties hereto have duly oxecuted this agreement In duplicate as of the day and year first herein written. jOU?li'tQFICIbIC C"S7Nr�FY, Hy 4test I .ttent: JJE; v i » -4-29-57 ' ? 64/322 I N 3 B X T Railroad ?rotoctive Insurance ndorsement Public .Aabili y and S°mpe��Jana�e In consideration of the premiu^i charged for the policy of insurance to which this endorsement is attached, it is further understood and agreed so follows: 1. That Jouthern Pacific Gompany is hereinafter referred to as the *Insured". 2. That the Insurance Company hereby *,,race to pay to and on behalf of the Immured and indemnify the Insured against: a) all loss from the liability imposed upon the Insured by law for damages for bodily injuries (including death at any time resulting therefrom, and Includingr, care and loss of service) suffered or alleged to have been suffered by any person or persons (including, but not limited to, passengers and employees of the Insured), caused by, reoultiq; froc+ or in any comer connected with the orosecut,ion of the work hereinafter described; and b) all loss from and liability for damage to or lose or des- truction of property and loss of use thereof (includine, but not limited to, property owned t leased, occupied or used by, or in the caret custody and control of tho rt�_iured or any employees of the Insured!, caused by, resulting fro-:, or in any manner con- nected with the prosecution of the. work hereinafter described. 3. The Insurance Company hereby agrees: a) to dsFend i the name of and on behalf of the Insured any suit or action brought &Aalnst the Insured seeking damages on account of any such bodily injury or death, or property damage, loss or destruction, even if such suit or action is wroundloss, false or fraudulent; provided, however, that the defense of any suit or fiction (or the prosecution of any sahrogotion rights) within the scope of the coverage of this policy, shall be handled in cooperatio:: with the Insured if the latter so chooses; ane b) to pay, irrespective of the limits of liability stated in this endorsement all toots, all premiums on attachment and appeal bonds taxed aga;ast the Insured or required in any such proceedings, all expenses incurred by the Insured, and all interest accruing after entry of judgment against such part thereof as shall not be in excess of the limits of the Insurance ;ompanyfs liability until the Insurance vompany has paid, tendered or deposited in court the amount of such judgment or such part thereof as does not exceed the limits of the Insurance ;*mpany's liability as expressed in this endorsement. 4. ioscription of the work: 'he Insurance-o.pany hereby agrees that the work herein referred to shall mean all work and operations of the contractor hereinafter named and its subcontractors, agents and employees, under or in connection with contract dated _ between the City of San 6uis bispo and f4ar,0 Of contractorJ , and any amendments thereof and supplements tLereto, or constructing tt1e� Johnson itrset underpass at Jan Lute Obispo, in the ::ounty of pan Luis bispo, Jtato of ;:alifornia. 5. The Insu:-ance Company hereby agrees that all exclusions in the polity of insurance to which this endorsement is attached are hereby �1_ 6 r BETHLEHEM PACIFIC COAST STEEL CORPORATION aaucancisT.uOuaat 1) CT SAN FRANCISCO, CALIF. 1 µ11 eo.A 551 wa sosm LA 2375 ESTNUTE NO.. -------- CONIMCT N0.__. . _.... _Lpe Angels 9---------- __OFFICE .January. 7__..... ST City of San Luis Obispo TO City Council, c/o City Clerk Johnson Street Underpass City Hall City Plain No, 7-57 990 Palm Street San Luis Obispo. California 1x-wrw,.um 1� e.yal Bethlehem Pacific Coast Steel Corporation, hereinafter called the Seller, proposes, subject to the conditions herein, To Furnish and Erect the sutc,.nd steelwork for the Johnson Street Underpass in accordance with City Plan No. 7.57 dated December, 1956 including Sheet N1 and Sheets #4 and 85 (the latter two Sheets being dated 11/30/56), and Proposal Requirements dated December, 1956 prepared by H Neil Warren, Consulting Engineer, and David F Romero, City Engineer, only insofar as they pertain to material and/or workmanship and, furthermore, as hereinafter modified. Price quoted excludes the cost of bond, penalty, liquidated damages. inspection by an independent agency, and other items of similar expense and is based on water shipment of plain material which is to be rolled in the States of Maryland and Pennsylvania. Buyer shall, without cost to the Seller, do all bush hammering and dressing of bridge seats. as necessary. For omission of shop coat of paint, with all painting to be applied in the field by others after steel erection. re/duce priGp by $700. 00. O,1 •-��ic('{'�� SPECIFICATIONS: See above SHOP PAINT: Clean loose mill scale by hand -wire brush & apply one spray coat 52G60. FIELD PAINT: None and no touchup. All field pai�n7tV tp be done by others ter steel erection has been completed, rytlCr#%00 �oa- oyP]/7 Coy PRICE: The Buyer shall pay the Seller in New York Exchange or its equivalent for such work, labor, services, and materials chesum of Forty-six Thousand Dollars ($46.000.00) subject to Seller's standard Price Adjustment Clause attached hereto and made a part hereof with the maximum change in price, up or down, set at six percent (6%s). If prices are based on unit weights, the total weight on which payments shall be made shall be calculated in accordance with the Code of Standard Practice of the American Institute of Steel Construction, Incorporated. INFORMATION TO BE FURNISHED BY BUYER: The Buyer agrees to furnish completely dimensioned steel design plans with size of and proper location of all members so that material may be ordered and the shop drawings prepared. Information for any provision in the structural steelwork for other Hades is to be furnished by the Buyer, his Engineer or Abe Architect in such time as not to interfere with the preparation of the shop drawings. / Ire PERFORMANCE: The Seller agrees to commence erection within months after receipt of notice to proceed in accordance with the Design Drawings, Erection time is estimated at three,(3) weeks, -1- i ! BETHLENEM PACIFIC COAST STEEL CORPORATION 1A.RICATO $TRUCTURAL ontveftvea n SAN FRANCISCO, CALIF. sense u...n ssa sou soso� LA 2375 EStYMTE ate.....-_-. �. ...___... .._. CONIMQ ND..._.... ------ ._ Angeles.----------- oma Taquary' �----ts57-- City of San Luis Obispo TO city Council, c/o City Clerk Johnson Street Underpass City Hall City Plan No. 7-57 990 Palm Street San Luis Obispo. California tttwawv> tK li R) Bethlehem Pacific Coast Steel Corporation, hereinafter called the Seller, proposes, subject to the conditions herein, To Furnish and Deliver f. o. b. trucks, jobsite(or cars SPRRSiding fg Buyer optiorihe structural steelwork for the Johnson Street Underpass in accordance with City Plan No. 7-57 dated December. 1956 including Sheet 41 and Sheets M4 and N5 (the latter two Sheets being dated 11/30/56). and Proposal Requirements dated December. 1956 prepared by H Neil Warren. Consulting Engineer, and David F Romero. City Engineer, only insofar as they pertain to material and/or workmanship and. furthermore, as hereinafter modified. Price quoted excludes the cost of bond, penalty, liquidated damages, inspection by an independent agency, and other items of similar expense and is based on water shipment of plain material which is to be rolled in the States of Maryland and Pennsylvania. For omission of shop coat of paint, with all painting to be applied in the field after erection by Bothers. reduce price by $7 .00. / SPECIFICATIONS: See above SHOP PAINT: Clean loose mill scale by hand -wire brush and apply one spray coat 52-G-60. PRICE: The Buyer shall pay the Seller in New York Exchange or its equivalent for such work, labor, services, and materials the sum of Thirty-three Thousand Three Hundred Thirty-three Dollars ($33. 333. 00) subject to Seller's standard Price Adjustment Clause attached hereto and made a part hereof with the maximum change in price, up or down. set at six percent (6%). If prices are based on unit weights, the total weight on which payments shall be nude shall be calculated in accordance with the Code of Sundard Practice of the American Institute of Steel Construction, Incorporated. INFORMATION TO BE FURNISHED BY BUYER: The Buyer agrees to furnish completely dimensioned steel design plans with six of and proper location of all members so that material maybe ordered and the shop drawings prepared. Information for any provision in the structural steelwork for other trades is to be furnished by the Buyer, his Engineer or the Architect in such time as not to interfere with the preparation of the shop drawings. PERFORMANCE: The Sellet agrees to make shipment within is f Sj` /months after receipt of notice to proceed in accordance with the Design Drawings. .1� 0 rA&RICATFD STRUCTURAL DELIVER CREDIT APPROVAL AND TERMS OF PAYMENT: Shipments, deliveries and performance of work shall at all times be subject to the approval of the Sellers Credit Department and the Seller may at any time decline to make any shipment or delivery or perform any work except upon receipt of payment or upon terms and conditions satisfactory to such Department. Subject to the provisions of Credit approval above, the terms of payment shall be net cash thirty (30) days from date of invoice. In the event that shall be any suspension or delay of the work under this contract resulting wholly or partially and directly or indirectly from any act or failure of the Buyer, the Sella, immediately upon the happening of any such suspension or delay and in addition to any other rights and remedies it may be entitled to, shall have the right to render invoices for the value of work done and of material wholly or partially fabricated under this contract up to the time of the commencement of such sus- pension or delay, such invoices to be due and payable in accordance with the foregoing terms of payment. TAXES: Any taxes which the Sella maybe required to pay or collect, under any existing or future law, upon or with respect to the sale, purchase, processing, use or consumption of any of the material covered hereby, including taxes upon or measured by the receipts from the sale thereof, and any taxes which the Seller may be required to pay of collect, under any future law, upon or with respect to the delivery, storage or transportation of the material covered hereby, shall be for the account of the Buyer who Shan promptly pay the amount thereof to the Seller upon demand. EXTENSION OF TIME: The Seller shall be excused for delays in the performance, in whole or in pars, of any contract made on the basis of this proposal resulting, in whole or in pact, from fire or flood; strikes or other differences with employees; war, not or embargoes; delays, losses or damages in transportation; shortage of cars, fuel, labor or materials; acts of civil of military authorities; or any cause beyond the reasonable control of the Seller. In use of the happening of any such muse of delay the time of completion shall be extended accordingly. QUALITY AND BUYER'S REMEDIES: Quality shall conform to requirements of the specifications " stated herein. During performance and within a reasonable time after completion of the work under this contract the Seller will replace any defective or non -conforming material furnished upon presentation of satisfactory evidence of such defectiveness of non. conformity. No claim will be allowed for correction of alleged misfits unless the Sena shall have been notified and his mponsi. biliry, proven. Ordinary inaccuracies of shop work shall not be considered misfits. The Seller shall not be liable for the cost of labor expended on any rejected material nor for any special, direct, indirect or consequential damage to any one by reason of the fact that any material shall be defective or not in conformity with the applicable specifications. The Buyer's exclusive Rod sole remedy on account or in respect of the furnishing of defective of non -conforming material shall be to secure replace- ment thereof as aforesaid. TRANSPORTATION AND ROUTING: All means of transportation and routing shall be subject to the control of the Sella. SPECIAL TERMINAL CHARGES: Any sporting, switching, or other delivery charges at destination not included in the applicable tariff freight rates and charges shall be for the account of the Buy". ACCEPTANCE: Should you desire to enter into a contract on the terms and conditions set forth above, please so indicate by signing and returning to us within_ -IS ---- days from the date hereof, the original and one copy of this quotation which shall become a contract upon, but nor before, acceptance by the Home Office of out company at San Francisco, Calif. Upon such acceptance a duly executed counterpart will be returned to you. nS 1I.—I .cad .11 --an..., 1e46u6„ a 1. tti, mum BsTRI.RIIa FEC TRRL CORPORATION le ealta ro J,er D P O Box 20ia/e �ermsaanl`o d�°nnox Lot Angeles-54,Caycirriia__-___--------- by __ _ _ _____ __ __________..________-_. Accepted: Buyer _____ ______ ________ __________ _____ Blinn M PACIFIC COAST STRU CORPORATION (Sell") San Francisco, Calif. by__.__. _____... ____. _.. ___-_-__..._-_ by____ ------- _----- ___.__------- _.--------- _ Vita PwJ1u Date_. __._..._ _ _. _._. Dam --- ---- ... -------- ----------- ----- _.__..__. IML axe sasaa ��ar/r/�®mt�,w�oT��,o�2mrrliow PRICE ADJUSTMENT CLAUSE Sheet 1 of 2 (Delivered Only - Revised 8-1-50) The price or prices herein stated are based on prices for component materials, labor rates applicable to the fabrication thereof, and freight rates, in effect as of the date of this proposal. If, at any time prior to completion of the work to be performed hereunder, any of said material prices, labor rates and/or freight rates shall be increased or decreased, then in respect of any of said work performed thereafter there shall be a corresponding increase or decrease in the prices herein stated. The amount of any increase or decrease in price based on an increase or decrease in labor rates shall be determined as follows: 1. In respect of drawing room labor, the am of the amounts applicable thereto calculated in accordance with paragraphs (A), (B) and (D) below: 2. In respect of fabricating shop labor, the sum of the amounts applicable thereto calculated in accordance with paragraphs (A), (B), (C) and (D) below: (A) Direct labor (drawing room, fabricating shop) -- The product of the increase or decrease in the direct labor rate multiplied by the number of hours recorded in the performance of the work covered by this proposal. (B) Indirect labor (drawing room, fabricating shop)-- 25% of the appropriate amount or amounts determined under (A). (C) Overhead (fabricating shop only)-- 100'% of the sum of the appropriate amounts determined under (A) and (B), to cover shop overhead and general burden. (D)Federal Taxes (All direct and indirect labor) -- Applicable amounts of Federal Old Age Insurance and Federal and State Enemployment Compensation Taxes. As used in this Price Adjustment Clause, the terms hereinafter defined shall have the respective meanings hereinafter set forth. (a) The term "component materials" means all materials (including, but without limitation on the generality of the term materials, structural shapes, plates, bars, rivets, bolts, nuts, welding wire and paint) which shall be used in the performance of the work covered by this proposal whether such component materials have been or shall be produced or manufactured by the Seller or have been or shall be purchased by it from others. Y-844 Rev (over) ' / . /iI✓���/'/Ih ////Yl/P I'/IN/.�� �I'/��n�ar<i/iorz PRICE ADJUSTMENT CLAUSE (Delivered and Erected - Revised 8-1-50) The price or prices herein stated are based on prices for component materials, labor rates applicable to the fabrication and erection thereof and freight rates, in effect as of the date of this proposal. If, at any time prior to completion of performance of the work to be performed here- under, any of said material prices, labor rates and/or freight rates shall be increased or decreased, then in respect of any of said work performed thereafter there shall be a corresponding Increase or decrease in the prices herein stated. The amount of any increase or decrease in price based on an increase or decrease in labor rates shall be determined as follows: 1. In respect of drawing room labor, the sum of the amounts applicable thereto calculated in accordance with paragraphs (A), (B) and (D) below; 2. In respect of fabricating shop labor, the a= of the amounts applicable thereto calculated in accordance with paragraphs (A), (B), (C) and (D) below; 3. In respect of erection labor the um the sof the amounts applicable thereto calculated in accordance with paragraphs (A), (D) and (E) below; (A) Direct labor (drawing room, fabricating shop, erection) -- The product of the increase or decrease in the direct labor rate multiplied by the number of hours recorded in the performance of the work covered by this proposal. (B) Indirect labor (drawing room, fabricating :hop)-- 25% of the appropriate amount or amounts determined under (A). (C) Overhead (fabricating shop only)-- 100'% of the sum of the appropriate amounts determined under (A) and (B), to cover shop overhead and general burden. (D) Federal Taxes (all direct and Indirect labor) -- Applicable amounts of Federal Old Age Insurance and Federal and State Unemployment Compensation Taxes. (E) Insurance (erection only) -- Applicable charges for Public Liability, Property Damage and Workmen-s Compensation insurance. As used in this Price Adjustment Clause, the terms hereinafter defined shall have the respective meanings hereinafter set forth. (over) I BI'6 iNe v.� 1�56'. (O I.1 Ytl�l) J May 57 6th MADONNA CONSTRUCTION COMPANY, P.O. Box 910, San LU1e Oblepo, California ... „y ,. ar aped. the .a:.❑ o�' ;,,+ vst __ri, At pia ri ml p^ .,rt a i •-.r: .;i?. C. zateriale, @+cept.sden c. are men Ll')nt r 7r ii.cb 1, "urrr=i rd by set! part] cf Qw, fi:�7t re-' �'c.,;sr;ry to ❑. ,.act c� d -x-'a at iu. a g^.rd o�9ca�,rlike and. adlwt1ntia2 7.v'me: and to the gat -afar -ion cf "it^ 'i Sx.n Ln s :h;i^pa,. the JOilrtetn Street Urcen:,gsu, City :tan. No, 7 Fro;r..�t. Urit 2 arx! Pra;c-ct Unit 3. in acenniance with trx. specifications thr ,t iYus aclainr_ antitlsl, "City of sr A,'e. "biepo. Callfornitl, Contract Doc-=ta •n >r.a;cifi.ce dery for Constructicn of J,:inson Street Underpass, :sty Plan �4c ic.t Unit 2 end Pmject Unit 3, uated A�n:!1� n+ni.ch said s,r=rii'icatie,rs •.. r� dere'ay. sperifieally referred to and oy esid esferenoe nsde e part her of . Saic work to be done is further shown mi plan antitl.ed "Joku:sor. Stract Under,azi, C'-.* 12LOn No 7-57,. Project Jnit 2 and Project Unit 3, City of Can Luis L%hirpo, CalLfornia", which said plans e.^e 9ereby �. de a part of this rontract. II• Ard the said Contractor agrees to receive and acce,t Use i:ol_-;arlrrg <rripes as full compensation for furnishing a1l materials not to be f:uxis]aazI i..• <.i:,; :`s,^ry of the First cart, aryl for doing ail tare work contemplated sad arabrc^ad in L:�ic; eTree-.nr�t.„ also for all lose or damage arising out of the nature of the .rca.k r„„"pre 5.d, nr from the action of the elements, or fror. any unforeseen di.iAo cuities ar y tractions. a•! ieh any arise er be ana,,untersd in the Wpc3erutlon of the woad :,1i :its a:.rspiF�re by the party co the r'irat Part, and for all riskv of every des- crti_rd-.nr, e;:anec'.-.ad with the work; also for all expenses incurred by or in consequence ofsuspension or discontinuance of work and i'nt weLl =n.d faithfully completing _,rk a:w the yd%:ois thereof, in thrf manner ardaccort' =:g to She plans and spacifioa_ ;.less anu "t:e of the F:rgi^.eer under rhm, co-wit.l i A G J E C ': U :': T r.n shori_.r and ranmii. r: 5 ert, pilL�.rp for tc lu;r aria ok tJjN 1,4*15,ANO 77.*MM _.. +mbfc ..ractnrel h,, kUii.l in vla tic C';, r•r. i-pp 2@t.e tn9[l:.'1_. lP J ] "_'LICE ..:IHf: O. - i' 1.1&1v1.1cev 40GC-A4l5 0,� ;:- Jr. is-acr_ for :iw its'.p arm00 ,�OF7E�N uar r�irSoSr%np steel in p ,ucc °or the 1,man s:.m ci' FG.Y/FL, PLfgas�!Kti. E/rrNr, N,UF'✓e>nE,O 7i%V DUL4al2S �,• .;�'Flo.00 li<:r r:a to ^,at be -.:I: fii ... for tiro lms nm of . yE Ti/Fr WV 4VN4-. . 4,VYIA1041;A /v AfE7y ea?44A4f. �. S 1190,00 Job FJnisa mat of taint to itacl a i;nuture,, in "lace for th- lame s-, n o.^ ... 1 .lob Waterproof membrane a.r, protec- tive emerinr in niac- for tt Z Iwo s,c^. of F,aC/K ,ACWW' yawle r,Or""4 /S. y<lU.UU ... 1. FIch Hanast des:: drrd. r. complete witt: 3ounapLiV'f,�for thN i.,unp sm '!/NOrt'FrO �L...lg %CHI' NU/✓l%,t,E.0 J'"+AJW6' llJfXYJ.'W.f) o.✓E racerNNa 6/k HpN/7�'EJ F J,1TY Ff✓E LL'cGAQS .G. S, (�itS•b!/ Z.FWI.ary ,Paz e-41�s �Y/lt E HUNORE'4 TAN Doa c♦ner 45, 3/O .00 rii♦OG/S%�NG' r1vw /.'iUso.rED S.C✓`nrrY fi✓e Age4✓tRs .GS. /, 37�•90 TiYR6P ��:=�4.ti3 1.. : 1- ?.mrr n=-vn 01''F/#'f:.%7i�.fi4A�0. .. SEyEu ticpuQX2A, T6Y,6!aTY QWL.AP' .;.5. 477 %%O, 00 _ r�r=.ed. raU_-:aLerials (st,x'Cet) ' +n 1.37ce for tke Imp sum of ^,-:r.;/YSC✓SN (XXL/1/IJ f/f!'Y �E!�T I., S. /.rS':7�`•SCJ ✓"'r:, rl4'r.` L;EN/J � 7 t:1 .'.. .i7..%J'- 2 G�3'.i25" ` sid.,wn)1. in of cc .. c�vu.''U06ia� .�sNOf>FrY GT''NTJ .tenr t;rousarld gal.lonr, /.SZ% .{/69..s"O 1 ll^ Barrels For-OAnd cement, Type I1, 'tUwtQ��d. base), in place at . AAA, QOV44tR$ . . . . ., .ner barrel 6.00 /,030,00 °.quare Cement treat base m. tarial tt yards .7J:'i�'X• f!✓4f',GlN%>! . .pea• .g4 '.^.'i 0.3.E 13 l.1• 3 TmF Our4n,- seal, `C 2 !n placa. H!(N04C�4 D4L c4,QJ, a+. ,pryE o /t10,00 30U.CU 1t' CLcy2 00 �• 1 CM .F(FiEEN. C!7J ONE' ,.VUivO.t'1'D D:e[1_:f,21-,.., ..,. /UO.vJ 3S0. OC T""U n ff fifl-1,YC F'117- .,.. WORW ... -.... '3ran'lre yY.rea"lLi..^ a 3e4l mqt' i.' PlLtt' at O +t ., par ton_ 12,60 .95�F.o0 :>I:.nt- ix earfae i , ocellazn- i-- 0 to Piece at 4"IfARS . . . . .par t.oa. !:S'.a0 ;t 70, aU Box, Ste. 2+81 le#�t, in Dlaae at GNP' 4vvvo'p' $ , . Each. :C7C7.00 /d©.r✓ 4.mtiou Box Ste, o•59 left, in place at F*iE,�A: , . • . .. . ..rech 300-00 500,60 ?trop Tn1eti. ste. ?+r^. left and OnL4.bK3_ctwh. '•00 :'— -aeh 13 ep In`et, Ste. 2+37,5 left;, wo lace at C' ,h• 00 sac',. Drop L11.et, S' a' 2•?':° 1 r I Alate in olace .. wimPJ' :k?LrA+$>`Fanh /;.�s o0 1.25'.Ciq A-eYLL . o^ced covers to a4defwa};. right c�a^Ple t.. in Nape at ^fi0or .. Faak 622 co So.00 3m-reworcad c onerete hplazo Ste, 1* 89.4 Iata in PIacA et .at "•wah fSa.oa XS"0,00 Lineal Fourteen inch (lit") veldt Feet steel. Izatall may 'it Per Lin Ft' 00 rF,>+ ntq•'•o..0im'A f2L") "Fx'eeilnw^ �r'B1Mothfaar^ C.Df.^: ir.stnll only, Lin Ft 7.00 / ,96,s,�:r,+ P.. p. Inch C}t p :.y),% ei [A�S� 1313T811 . - Par Lin Ft rrL oo 7 r ,_. ,., .-^ - . ,TTM VITTI UAIT FMCE inch (19") 'A n }ae insia.il only -t 77$'E4F c¢44441�r 311... 2L linwl llrenty-ono inch (2111) Feet- (sower) install oa17 at ktle zn04444-f. , .. .. .Per LL^, Ft 3!ao 96.0O 35 72 Unaal 114enty-four inch (24") C.64.P, Feet install only at Sisr.OPtuef r ycNrr C- ?P.. .., per Lin Ft ;b 1 Job Construct pump Hasse, install City Nraiahed materials, complete in place for tha lump am of I�YMAL, fA SSA 10 T�Y�"1-� i�N 'rv. Aotc. Ass C S. '; 3 04, ova 7. . .Fob Furnish and install fittings and specials for 10" cast iron pipe tWter1ine far she lusp sum of S.S+N,<Al ,NgA'Ae*q ^,"ARCS ., 4 5. %OC 'Oev .^ Joh Cnnatrx:' ,... vault and .^sell. only;; Ln place �VX fjIC�N,C%.:JcJ :,c>LLA,f'.r- �c i 6OO.G'O 'a $t� i.I noel T,n[Aw,13 �•. Peet, apigot n,-. - 3:,. fOU/2 a_ F. -h 'hn-.inch 1A0") gatJ, valv&R, 3nsvAJ4 only. +•:] furnieh tni ',uh tall valy- box,., ,,..1, 7S. 00 a?$'0a ��;,Jor�u LxLCA,e,f ,C,S. S'Jv.GYI -d �� gnt'L'FY.t 'iF.0 •I' n,. ... 1� 5f,- Y .., ,.r. f. TiVO r�tiDPf1 T"T _0 .00 6 54 ITUIA1.1 10" 'refit Jci-q r-"t i , " Dip" 9wer a', 72FN ..%r Lin r t /0,00 t;,40 '00 !nit&]! st< S�fl 3 C, C)o 60.LIO LlneL Mx ciub, at. . . � .Per -,.in ;'t /.00 -2:r.oc) :o L.� nma four fast W I ryez,& '041�4,44tr Fer Lin Fk, 3.00 32y.o0 F R 0 JT F C T U N I T TVZAI. ou PROJECT UNIT 2 TOUL . . . . . . 1y. 71, 00 P-WXTWT ITNIT I TOM K - 00 UMM.Z TTML 0r i'R(Wrr- MNIT ;' and M.61EM UIPT 1 ?�;7. aO M - 23 hoiad my ciimoute arise respecting the true value of sm,� work cvci.ttod or of any extra work wida,, t?n Contractor may be required to ctt, or respecting the si.e of any pmyment to the Cnntractor, during the performance of this contract, said dia- ,r.ute shall be deei7.ed by the City Council and its decision shall be final and canclusiva.. TICLF; lII -- T!+,c said arty of the first pert hereby prvrlsea and agrees with the said Gor. rector .o e:'nploy, and does hereby employ, the said Contractor to pravidR the ynater_-als and io do the work aceordidL to the tones and oonditions herein aontsined and refarred to, for the price aforessid, and hereby contracts to pay the ser3o at. the time, i.n the manner and upon the conditions above set forth; and the said gm-t,ies for th.e-nselver, their heirs, exccutors, adminiatrators, successors and assigne, dr. P>.ereby agree to tla full performance of the e.ovenanto herein contained. ARTICLE .'..'d -- It is further ecpressly agreed by and between the parties hereto that s:mud there be any conflict between tics terms of this instrument and the bid or propose). of said Contractor, then: this instrument shall control and nothing herein ccnAained stall be considered'-s an acceptance of the said t.?rma of Said proposal corif.ictr5t; herewith. ,1R7=EIL t' — The "ontractor Shall forfeit, as penalty, to the City of San 5.U; Cyniapo, ':en ='Cllar:a (610.,00) for each workman amployad in the execution of the contract L:rim c- by say subcontractor, for each calendar day ciurisg which Any wa.dcaan is re.;u.red or aLrmltted to labor Wore than eight (fl) hours in'eolrt en of the ,rro-visions of Article 3, Chapter 1, Part 7, Division 2 of t::.:a i:bor Cc%lz ana all ameruiserts thereto. ARTICLE VI -- The Contractor shall forfeit as ponnity to `;he City cf San Buie "bisno, '."en Dollars for each alien knowingly employed in the =eeution of the contract, for each cE:lo:war day or portion thereof, durfrg which amid alien ispermitted or required to labor in violation of the provisions of frttela Chapter 1, Fart 7, Division 2 of the Labor Coda, and all amendments thereto. f.RTICLE VLT. --- Only such materials shall be used in the performance of Mir.. contract as crnfonn to the regidramente of Chapter 4 of Division 5 of Title 1 of the Government Cade of California. ARTICLE VIII -- Reference is hereby made to the rate of prevailing wage wale established 'my the City Council of the City of San Luis Obispo and attached t4 these specifications, the provisions of which axe hereby specified as the rate of prevailing wane to be paid workman on thin project. ARTICLE A -- Reference is hereby made to Ordinance No. 147, New series of the Oity of San Luis 'Obispo, entitled, "An Ordinance Enforcing Preference iar the pioyment of Resi.dent Laborers Performinr Labor upon Public. Works in the City of 'inn Luis Obispo," applicable to work performed under this contract. IN WIV;r"ZS WtILTOX, the parties tc these presents have hereunto set t.bair hands 'lie ;ear and date first above written, . t.r,o3mwed as to first Pity Al lay Fred •k• •r, CITY OF SAN LUIS GRISPO MY CLERK —---- Iccntractor -- _._.___—_ CD 24 0" !T@ /§ � ƒ�) k k e 3 k ) \ ) ; g w � ) k a s a a \ 8 )� &� ti \D ) � e UNITED STf'ES FIDELITY AND C/ARANTY COMPANY BALTIMORE • MARYLAND N o.. _i gO 03 12.- 2 L15 - 5 6 Know all Men by these Presents: That — --------- .------ lxose�mRrr> -axil TS,-.ALIF91113ILt-------.__.._.---•-------- (hereinafter called "PRINCIPAL"), and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation created and existing under the laws of the State of Maryland, and whose principal office is located in Baltimore City, Md. (hereinafter called the 'SURETY") ; are held and firmly bound unto __.._.._..........Sad...7-.Qr--- $.AL(..A 1.3...QHZ IQ......_...-.-..._-....._... _..-.-..._..-._.-..._._---_-- called the "OBLIGEE") in the full and just sum of_-T..»._PSA_CENf_ -_1N8 _AMQUNT- BID-_-_--._----------_---r.._......Daum good and lawful money of United States of America, to the payment of which said sum of money, well and truly to be made and done, the said "PRINCIPAL" binds himself, his heirs, executors, adminis- trators, successors and assigns, and said 'SURETY" binds itself, its successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated ............ dARUARY__7-._3.95Z...._.._..--. The Condition of this Obligation is Such, That if any award made by said "OBLIGEE" to the above bounden 'PRINCIPAL" under public invitation for.-L-ONSTRUCTION_OE_. S0BNS0II.-8T1tMT .--.... UNDERPASS.....CITY.--OF...SAN-.LUIS...0a7SE@.-.CALIEORRIA.._..—._._....----.._...-----__...._....__... a P. 70 1a1 CITY OF CALIFORNIA, ) sa. y *Q_OF-SAN_FRAsjS(,y 1 JatltirA_ry_7i_1:�`27 -_ _.-_-_..-before me,_-DO&IS_ C._EilQRT-0(.)-_.a Notary Public in and for the Caagt#W_ COtIMP4_ OF SAN- F8A)iCxBCBersonally appeared ------------------------------ -- - ------------------A44339--- known to me to be the Person whose name is aubecribed to the within instrument as the Attorney -in -fact of UNITED STATES FIDEL- ITY AND GUARANTY COMPANY, and acknowledged to me that he Subscribed the some of United States Fidelity and Guaranty Com- pany thereto w principal and his own name as Attorney-in-fnet. No4ry Public is and for the pas of gtss. "'+ AND OUN1'Y�i)F .AN FRANCZSCOof Ci1Rpr°ls My Commission Upees December 7. 2958 The (Etna Casualty and Surety Company Hartford, Connecticut Bond No, 33 S 37473-25 Premium covered by Bid Bond Service Undertaking. PPOPOSAL BOP,D lSN94 ALL W. BY THESE P?MS.'NTS That we V33JU LL COMPANY, INC. as Principal (a) (hereinafter called the Principal), and THE )MA CASUALTY AND SURETY WTANY, of Hartford, Connecticut, a corporation of the State of Connecti- cut as Surety (hereinafter called the Surety), are held and firmly bound unto CITY OF SAN LUIS 0BLSP0, CALIMMIA (hereinafter called the Obligee) in the penal sum of TEIN PER CENT (10%) OF THE AMOUNT BID K - - � Dollars, for the payment of which, well and truly to be made, we bind ourselves, our heirs, adrvnistrators, executors, successors and assigns, jointly and severall; firmly by these presents. SEALED 11ITH OUR S'.AIS this 7th day of January, WHEREAS, said Principal is submitting herewith a bid, or proposal, for furnishing and erecting structural steel for Johnson Street underpass City Plan NOW, THEREFORE, if the bid or proposal of said principal shall be, nenoMn.l COMNI,'VP Los.Aogsles 'tth d.v of January , in the yea, nineteen bnndred n if ty-seven before me _... __.0. A. Alin _. . a Va., Pnblic In and fo, the aaW County and State, reading therein, duly eommbdaned and snom, v -Imd iy appeared Richard K. Rosskopf knaun to me to be file Resident Vice-Peedal and Inez C. Gill krm e. to on. to be file R,AA d A eidant Secretary of THE A.'TNA CASUALTY AND SUHETI' COMPANI the cogroration - Ide6 executed the wdddn o d annexed fvfran,ent and aeknme/- edged to me that such ce rMamtum eaecwed file won, 1, Wccsess WXENEO,, I Im,c loYemnto sa no, hand and affixed my oj%icwl seal the day and yen, in this cereifunfe fast.1ene written. Is-na. al NotoN Public (nand for sold County and SWe. My Commission Expi,a Feb. 17, 1R40 SEABOARD SURETY COMPANY HOME OFFICE: NEW YORK. N. Y. PROPOSAL BOND $lnntu all fGlen bg biros ?Prefients: THAT WE, 8ETNLEIiEM PACIFIC COAST STEE'. ..:'ORATION m principal, and SEABOARD SURETY COMPANY, a corporation under the laws of the State of New York, having its principal place of business in the City of New York, New York, as surety, are held and firmly bound unto CITY OF SAN LUIS OBISPO ae obligee, in the sum of TEN PERCENT (1(T) OF THE AMOUNT BID IN DOLLARS AND CENTS DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, ,jointly and severally, firmly by these presents. SIGNED, sealed and dated this 7th day of January 19 57 WHEREAS, the said principal is herewith submitting its proposal for delivery of materials and possible erection of a bridge over the Johnson Street Underpass in the City of San Luis Obispo, in accordance with the Principal's proposal enclosed herewith. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required number of days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed STATE OF CALIFORNIA COUNTY OF Los ANGELES - On this � day of Janua� in the year one thousand nine hundred and_fifty seven before in _, a Notary Public in and for said County and e, _— --- ' State, personally appeared known to me to be the person whose name is subscribed to the within instrument as the Attorney -in -fact of the SEABOARD SURETY COMPANY, and acknowledged to me that he subscribed the name of the SEA130ARD SURETY COMPANY thereto as principal, sad his own mine as Attorney -in -fact. NONry hblk i� �M br qk Co..q �M N�q. G•"'•'r•• •'•a•" My Com.n,; o:: B:pues Jan. 17, 1959 U N I T E S P A C I F I C fIDk IITV AND Vt... 11 UI 1.1.111, %1 Bond No. 298020 LABOR AND MATERIAL BOND CALIFORNIA - PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS, that MADONNA CONSTRUCTION COMPANY of San Luis Obispo, California as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation Ina thor• ized to execute bonds in the State of California, as Surety, are held and firmly bound unto CITY OF SAN LUIS OBISPO, CALIFORNIA as Obligee, in the sum of Thirty-nine thousand six hundred thirty-three k 50/100m11am, ($ 39, 633. 50 l for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally by these presents. THE CONDITION of the above obligation is such that, Whereas the Principal on the 23rd day Of May 1957 , entered into a contract with the Obligee for Construction of Johnson Street Underpass, City Plan N7-57 Project Unit M2, and Project Unit p3, San Luis Obispo, California Now, THEREFORE, if the said Principal or his subcontractors shall fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work 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, as required by the provisions of Chapter 3 of Division 5, Title 1 of the Government Code of the State of California, Rod provided that the claimant shall have complied with the provisions of Said Code, the Surety will pay for the Same, in an amount not exceeding the sum specified in this bond and also in case suit is brought on the bond, a reasonable attorney's fee to be fixed by the Court, then this obliga(igLAhall. be wid-..them ice •� remaininfull i.....- a-� -.• - - -. STATE OF_C4IFOR1i2A .... ....... ..:.- .... _.... u. Comity of .... slaseda ...._.................... ...._ L./.. ............}1 ,�:� doY et / J... ................... la,i, baton ma, a Notary Pubnc 1. and let cold On thin ............. .y:. MERBERT R oereamall, knew. Co,vltY. penmall> awemed............................_................__..........................,.........-. ....................................... to me who being by me sworn did stra ate that he le Anaey-in•Fact of the UNITED PACIFIC INSURANCE COMPANY, a avtyor potation otwml[ae and ezisW9 under the In.. of the state of Woebinoton, that the Baal -mind to the taregaing Instrument Is Ma corporate Beal of sold coryorotlon; that the Wirumant won eioned, sealed and seecuted An befall l of eatd aoRorenon by authority of Its Board at Dfrecton and further acknowledged that the said Instrument and the ..,action thereoto be, the velum troy act and deed of said anrponaon, by him voluntarily erevafed. . ................. 1N WITNESS WHEREOF, t Yave hereunto euhacrtbed my rams and alfLred my oth l sea at __....... ....... _...-_..........__Qa$.iapA CallYOtnla ......... ...... ......... I the daY and rear tag above written. My Commissfon ezpues /'% t r :..::._.:::_"......Crr ..� �L.-r.:ct•`l'a.?raia*r-a'�eu� ........... MAY 2.5..IM9_ .... l9. 5.1015 CONFINED CERTIFICATION Of PRIMARY INSURANCE WITN TRUCK NSURANCL EXCHANGE v�.,(wnaee :4 red EXCESS INSURANCE TXRU UNDERWRITERS AT LLOTD'S, LONDON sod /er COMPANIES IN ENGLAND I r NAME OF INSURED: A. MADONNA AIID/OH A. MADONNA ff DBA: FARMERS HARDWARE AND EQUIPMENT CO, AND fj A. MADONNA DBA: MADONNA CONSTRUCTION CO, P. 0. BOX 910 ADDRESS OF INSURED: SAN LUIS OBZSPO, CALIF. PRIMARY POLICY_— � _—SO09-13-- ---E%CESS CER7IFlCATE(S)—Z43_26_-143ZZ_—_. This certification is subject to all the terms conditions and limitation, of the primary policy d excess rery flBsocate(a) referred to above. It applies only to such and moray of the below listed coverages which alofol- lowed oy ma word covered . IS ra mm,wed rn a mailer of information only and does not change, modify or extend the insurance contractscontracts of the primary cr excess insures in any way. Any prior eeAlRcalN or certifications me hereby declared null and void. COVERAGES COVEREDOR NOT COVER® � Bodily Injury ability_ COV. Property DamageLabi]itp_ COV- Fine Fine and NOT COV. Collislaa NGT cargo NOT COV. _ 01 This is to cattily thataggregate insurance for all bee mixing out of any one occur - re ranee under one or moof the coverages specified above ae "covered" is in full torte and effect under the if above numbered prim� policy of Truck Insurance Exchange; further, that aggregate insurance in the tl amount of L- 7QG, QOO• as ezeeaa over such primary insurance to 1n full force and effect under the s above numbered eew certificate (a) feeuad by Walker d Co., 810 South Spring Street, Loa Angeles, Cal- ilornia under authority of Certain Underwriters of Lloyd's, London and/or Companies to England, total aggregate insurance under primary and excess combined being E__7 G QQQ. _ This certification becomes void and without effect after __4,ULL_l9�. la57.._, if the primary pay or excess eertificate(a), or any of them, are cancelled, IFSr � —' ^ays notice will ba ggrt l�ean the pay towhom this certification ie ,ed. CITY OF SAN LUIS OBIS PO ITS OFFICERS AGENTS 6R EM— Thfe certification issued to: A$$U �S WHILE ACTING WITHIN THE SCOP� OF THEIR DUTIE / C/0 CITY CLERK, SAN LUIS OBISPO, CALIF. 1 S RESPECTS BODILY INJURY AND PhOPERTY DAMAGE LIABILITY FOR OCCURRENCES RISING OUT OF THE CCNSTRUCTION OF THE JOHNS ON STREET UNDERPASS CITY PIAN D. 7-57 DATED AFRZL 1957. at� Ded__ MAY 10, 19 5T af— LQS ANGELES, CALIF. _ 7RUCX 1NSVRANCE EXCHANGE WALKER6 CO.. TRUCK UNDERWRITERS ASSOCIATION FOR UNDERWRITERS AT LLOYD'S. LONDON Attorney -in -Fact and/or/or CO1tipANIFS IN ENGLAND The A&na Casualty and SuretoCompany Hartford, Conneui-.oat Certificate of Authority of Resident Vice -Pies cunt and R�idmt Assistant Secretaries. KNOW ALL MEN BY THESE PRESENTS, TmT The Ains Casualty and Surety Company, a corporation organized under the laws of the Starr, of Connecticut and having its principal office in the Cry of Hartford, Sure of Connecticut, by its duly authorized officer, does hereby appoint the fallowing resident officers, with business address indicated below but without territorial restriction, and does grant full power and authority to each Resident Vice -President to sign and execute on its behalf, and to each Resident Assistant Secretary to seal and attest on its behalf, any and all bonds, recognirances, contracts of indemnity, or writings obligatory in the nature of t bond, recognizance, or conditional undertaking, and all such instruments signed by any one of said Resident Vice -Presidents, when sealed and attend by any other person named below a one of said Resident Assistant Secretaries, shall be as valid and binding upon. the Company as if the same had been aigned by the President and duly sealed and attested: RESDWT VICE-pRRsmpTs Donald Me Johnson Ro So Possinger F. X. Schoefer Robert We Smith Richard K. Rosskopf u+Fa REsmEM A TANT SECR6r"183 Donald Me Johnson R. Se Possinger F. X. Schoefer Inez C. Gill Richard K. Rosskopf ac-R BUSINEM Amxrxg Los Angeles, California nasu Theis appointments are made under and by authority of the following provisions of the by-laws of the Company which ptovoiom are now in full force and efect and are the only applicable provisions of uid by-laws: ARTICLE N—Secdon 8. The Pre..idan .ray Vat-0—ulcer mSacco,., y Sa., mey from .met r.matt, Resident Vice Presidot , petulant s Assi ant Secrra e;ea, Anomeve in -Fact, and Agents to act fee and on behalf of the Company and may gwe any such appointee such euthodey his «rt.fic.s. of ...hora, in., mr—Fe is an with the Co.,.,', name and .e.I ,Ash she Cempanv s .al bonds, re<ognirmwn, contracts f indent..... and other writinga obligatory in 6. nature of . bond, recegm e, or conditional uMertelem , and any of said efesa or the Board of D,rercos. may at any time remove any such appointee and Cary a the power and .uahwiry pvn him. ARTICLE TV —Scrim 10. Any bond, recogniance, contract of indemp;ry, sear wddng obligatory ;n she nature of . bond, neov;... c., or condi. timd undouking shall w valid and binding upon she Company whin (.).,wd be the Neuden, or a Vi—Puudenr or by . Resident Vice P .;dent, put and m the pow r p,.,,.btd in the certificate of authority of such Resident Vice president. and duly anestad and —led with he Company's .-I by . S.—car, or A.sbam Secaary or by a Reedem An aun, Sectary. Punu.rr, no she vows, P,.u,ibed is IM certifiaae of suthodry of such Reaidan, Assistant Satins,; or (b)r duly a.ecured (und.r .. 1, if required) by one or name Attomaya -Fiore Puri to the power pre cubed in his or their certificate or terofiotes of authority. IN WITNESS WHEREOF, The !Etna Casualty and Surety Company has caused this instrument to be signed by its Sectuary, and in corporate and to be hereto affixed, this 7th day of January , A. D., 19 57. The Etna Casualty and Surety Company, By - .... ........ _.._J.R._A.e...S.!JEA.fl,I NGk;.N..............—-...-.-.......... Se ... toy. ..ate Of Connecticut, County of Hartfor": On this 7th day of January , A, D., 19 57 before me personally came Jo A. SWEARINGEN , to me known, who, being by me duly sworn, did depose and say: that he is Secretary of The !Etna Casualty and Surety Company, the corporation described in and which executed the above insnumenry that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his -lice under the by -Yaws of said corporation and that he signed his name thereto by like authority. lXJIdle=........................ Notary Public. us cummi.... E.pho u.r, al, is A CERTIFICATE I, the undersigned, Assent., Secretary of The A'tna Casualty and Surety Company, a stock corporation of the State of Connecticut, DO HEREBY CERTIFY that the CERTIFICATE OF AUTHORITY of which the foregoing and atuched copy is a full, true and perfect copy remains in full force and has not been revoked; and furthermore, that ARTICLE IV, Serum 8 and 10, of the by-laws of the Company, an forth in the Certificate of Authority, is now in force. Given undo, my hand and the seal of the Company, at the Hume Office of the Company, in the Gry of Hartford, Sure of Connecticut, this rah day of January , A. D., 19 57. Anfaraat� . �ttik.i�xc n. su'wiusnn �',rr :i,...:tu�.a...' •+•<xa ,£flNal -,vwe: c .i d�'�"f PROPOSAL MADONNA CONSTRUCTION COMPANY awarded 5 6/57 TO CITY CF SAN Lt1IS OHISPO Ci,LIF0011A (Note: The attention of the bidder 1s directed to the fact that Project Unit 1, the ctxuctz,..ml steel por'u.on of the eingls-track railroad bridge, consisting of plate girders, wide -flange deck ber:sc, deck plate, braeae, stiffenors and fcstners rod?ick are to be furnished and installed by others, is not a part of this contract. Tho installation of bolts supplied under Project Unit 1 is, however, a part of tills contract.) To the Honorable City Council City of San Lu1E Cb_spo sun %u1E Obtspc County, ^•aliforni& �:eutlemnn: 'Uia ar.!orsirned es bidder declares that he hae carefilly axamined the loca'-Ion .1f the proposed work, the armoxed proposed for.1 c_. contract, sad the plcra and r,:erifi^.ntions thei@in rcfarred to, and he proposes and -Trees if 'this roposal 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, wooe;t those specifically mentioned to be furnished by the City, necessary machinery, tools, appnrntus, and other means of corati^ ctt.on and do all the wort: specified in the contract in the manner and tine herein set forth required for the conatructior of the Johnson Street Underpass, City Alen No. ?,-57 �, Project Unit 2 and Project Unit 3, as shown on the plane and as specified. Constrzcticn s.iall be in strict conformity with the ^laps and specifice- tir.s prepared the.^efcr by H. Sail Warren, Consulting Fn;rinaer, Palo Alto, California, and the P:blic Works Department, City of San Luis Obispo, and dated A rail 7.9"7 , copies of which ore on file in the Office of the Lirector o:: ub works, City Na», San Luis Obispo, California, and which plans and specifications are hereby nade a part hereof. Tho bidder proposes and agreea to contract with the City of San Luis Obispo, to perfona all of the above work, including subsidiary obligations as defined in acid specifications for the following prices, to -wit: c; -6 ILL P R 0 J B C T U N I T 2 • vrf :.'t'RC.h ' T' F —� �1 .iT 'ai T MCE No. QUOITITY UNIT WRITTEN M X NS I.. 805 cubic Structural excavation to VA - yards include shoring and removal oo of sheet p lima for the lump sum or �f»r•r :� �.-v . Jr j /0 — ... 245 cubic Structural beokfill in Place yards f the lump sun of .,.�.. n n ,. 10 cubic Class "C" concretebaekflll in yards the 1 p p T. C J� rvn+orWof . . . - — ..., 3"'a c.nbic Class "A" concrete (structure) yards in p}pce for tpa lump mya o£ 37,000 Pounds reinforcing ateel in place Bar reinforcing. 5 the lt� eun'of �fW h• — r1JPsN- 170 ':u is Filter materiel backfill in Yards P77,�aece for the IMP•sup of . 7. 1 Job Finish coat of paint to steel structure. in place for the Ilump eLA of . "L 4 .%3`.PW':...ci `, d . 1 Job '.'jeterproof membrano and protac- tive covering in place for the lump sw of . r,. 9. 1 `each Ballast deck drain complete with damspout for the lump sun of . . . . . . . . . . . . CD-7 •�.., .. ..:..,;�:�.,� muaice;°,-e��+:..�.z�f`r�Mt;;r��::�...�,�atL�.n.x��.� rvitr-�::, � -+, NC.--T._Qllf,l'iITY MUT �ZiiM,' 0 JOMS_ PRICE TOTAL t Each ?alvsnized nips guard rail e o !n n ce�t�e o ` ,o FT. XT UNIT 2. TOTAL: a... ep v• r tt U J Z C T U 7I T 3 R' A: NU, t 1'Zill' UNIT 1M .: T( �'I CE OitIT wT,t ".iiN IN Gal= TOTAL ,... I .lob Clearing and grubbinr (railroad). 'or the lwm sun 1' 2. 1 Job 'UrUmrk (railrped),jp r the 1pp sum of •% a V' Ll p — 3, 1 Sot, /; molizh atiatinr bri tre abut- 601 wants and Win Wvlle Z.r theme, u lav am at T ': C !. 'a i �Y G.+ le, 1 Jab Larthworv. (retaining wall), for the LLlump pull of ,(�{/� ,,{ y. 10 ''ubic Filter material (retaining Well), !� yards In place Por the lwa>>psum of a o r^tnfarciny, sVel.,(xrtainitrg !�� sa lane for the 1 MF Al.m UJ 4 t, ?;= .� i - ',laaa "a u,ncrats tS+ta1.nL•4' 71: Ccr tie a) T .ar r� oa �: ,i��ih1!�pe // S . ..,,. %- .., :- n 'o'Qr inrh {jest i,r r,ic- ,-.Iav-:rc5��1n at -F /N-4e, A�s4tnf °D o .i etet�sus w.:'.�Y-u.r U TEEN .117d UNI11 PRICY UNIT 30. QMMITY UNIT !JRITTEN IN 1101zx PRICE i(ML 9. Y Linsal Nemove P. C. concrete curb �D $ e feet and gutter at . T4-9 4Vbe ��-+ . . . . . . . . . per linft :0. 7,00 cubic Roadway excavation. (stree far o yards the lmp, pits Qf M-T<- , y`� , s. ✓ % Z () 41'7K r• . Sf 4'i'�l 11. 735 cubic 1:iported bees materiels (street) yards �Qp in lace for the 1 p of.t. 4.5. S,o / 83 7 12. 963 lin P. C. concrete curb mqi tter _� 5 2� �O �i 8 feet in place ax ru. dims : . di4+°a Vie!%4S Pr4 .per lin ft 7 13. 5,132 square ?. C. o to sideerall in plat, � oc feet € at � .-.._,e. ... ro 56 � . .per sq ft , it. 33 Thcusand 'dater, mks qnd apply at gallons �t .f ✓L(�L4.M . -. Gi . f . ......... t '° .per thousand gallons le. 170 sorrels Portland cement, Type II, (treated base), in place at y /P do �� 0 LP — . . . . . . . . . .per barrel 16. 2,671 Squre Csaent t base materil at yard. 35 .� . .per aq yd 17 • 3 Tons Curing seals 14C - 2.4 ce St. Y. . / 0 O — - sfd k*r . . . . . . .per tong 18, 2.12 cubic Class "H" concretA, (pareAent) oG yards in pjgee et bwp.¢yi •yd _ '- J_ e - ` - O r•c cubic .` 19. 21,024 sq:x+re Flant-mix surfacing, three inches feet (j^)Fthiek, in place at . . . . �.• fif4 ,ti .per sq ft t 20. 3.5 7ons 11irh viscosity asphaltic emulsion (seal ycgt), in place at l•J'iiVA . . . . . .per ton r Ca9 ITEM ►Yfi= ' I H Ci UNIT _140. __t_C+.YTITY U"fIT _ 4lPSTSiJ7 IN WORDS PRICE TU".ul,L 21. 29 Toss 6r�a9O{ ] coat), `Tow inpeat res eo /d �%'R- .tne. c . . .. . Parton. 1/ 22. 18 Tina Plant -mix aurfac (miscell2neou3) in FM a at .IP'.>, . Ai... . 4`,0 . .per tom. L.- 23. 1 Each dlm Ucia Banc, Sta. 2+81 left, in pleop 3j dru . lfi-v u / D°- . d".iA2P . . . . . . . Each. 24. 1 Each Jlogmotelam Ber ta. 0+53 left in oo a sF p`X �£F-y . . ... ..pky.-•5ach 25. 2 Each Drop Inletf, Sta. 3.50 left and o: "t, at a> . d:,�R - . a .Each. 26. 1 Each Drop Islet, Sta. 2+37.5 left, ceta in place,at4 e__- s 0 /.+uc a�5 s Each f'w�.� o ! �- 27. 1 Each Drop Inlet, Sta. 2+37.5 right, o� complett�,cee 77,,nn Place at sub r0 R. 1 Each 'Reinforced coaerete aidesalk underdrein, sta. 4+45. u,- caaplete, in place at- . . . . . . . . . . . Each 29. 1 Each Non -reinforced concrete headwall., S 1+88.4, complete in Place at i-'? -c'` JCS__ � �O '04 w .. . / 3% E2 Lineal 1burteen inch (140) treaded atecl °O Feet pipe ,install only at ✓ '' c, Per Lin Ft 31. 209 Lineal Twanty-four inch (24") "Fresfim" Feet or'Smoothflow" C.M.F. install only n o, 3 - . . . . . . . . . . . Per Lin Ft !/ 3:1. 18 Uneal Twelve inc# (12") C.M.P., install - I� ieet only at fsItE'. . ..-- . . . . . . . . . . . . Per Lin Ft� CB-10 A u- N0, "UAMI4"L WRiT1EN INWCRL6 PfiLl:E TOTAL 33. 156 Linen]. Eighteen inch (18") C_44 P. �e Feet atl7y at.. .'T.3'3%L. .. S" 51W : +'t,� j+�M.l:'.0 3�g . Per Lin Ft =' 34. 2k Lineal 'Mnty-one inch (Pl") C,#.P. Feet (gprsr) install Drily at rov-v lWGfa-w .. . . . .Per Lin Pt I/ `.. y e e 35 • 72 Lineal Feet �.(( a Twenty-four inch 2 ) c> 1•L� e ins U onI7 at --V-t uD4 Y p 1y- 'awr . w4," . rs w . Per Lin Ft l0 36. 1 Job construct Pump kbnea, install City furnished materials, c to in place ec fir the lwmp stIIm, o! W "Aa , L 37, 7, Job Furnish and install fittings and specials for 10" oat iron pipe a� wetariins far aims of — . 3L. 1 Job Construct valve vault and install only, a 10" pressure reducing valve, complete 39.• 515 Lineal Ten -inch (10") wet iron, bell and "Feet o uatsrl}aay) Install ' let`- `i'�� rrtt i �r.�c<-v , "a-;e . .Per Lin Ft 40. 3 Each Ten -inch (100) gate valves, install only, and furniah and install valve boxes at z J . .. . . . . . . . . . . . .Each 11. 1 Job Furnish all materials for, and make all tia-ins to existing waterlines, for the in am of . . . . . . 42. 1 Job Furnish labor, equipment, chemicals and v' disinfect all cast iron pipe and fittings for the lamp sum of . . . . . .. ' 43 - 1 Each Construct flenhol.e with metal fraem and 4., cover, Ste. 116.75 at. - . . .'. ... .inch ITM E 1401 4; N—ITY UNIT M24 WITH UNIT--- WRITTEN IN WORDS r-- PRICE TOUL, 1 Each Construct Manhole with metal frame , and ow, 3+w , ,Ft '�-v c<(+G•1 f24Ni;-w,Each � 5.� o ,+� so 45 i Eaf Construct Manhole with metal f and coo��ez S 1�+36 75, sk 0. at 5 b/rrc4�aralj.�iff+o- .Each 350— 46. 1 n'ach Construct Manhole with metal fpr}ame and cover 9 +63.10 at err . 'V'd r7dY.Yi `.d�lw�.Each 3Sc' 47. 507 Lineal Furnish end install l0e V.G. sower yi Feet line at iz� ..-?4-, t :,-•r4 .7wf'.h rde,4,. .Per Lin Ft, <, 48. 54 Lineal FurnSah and install 10" mechanical / Feet J21At c t i;en pipe sever at L%a '.. > . . .Per LinFt. /1' -- 49. 2 Each Ins it�y mq� t wells at. . .% . -r . . . .Each ✓ n n° &�e - 50:, S Lineal PJaai-sue sg�faafog curb, at. . a Feet 0%,-e , t�e#-C'N , , . ,Per Limit. _ 51. 108 Lineal Feet Chein-link S a, four f t W high at .t��-er, (%4.ye . p o . . .. . . . . . . . . .Per Lin Ft.'s — ✓y o0 PROJECT UNIT 3 T9'L'.L`-°� NOT.x wii Cw Lractor shai.": he aaaw'ded b;th Project Untr. 2 �% �/, ��k '- and Project Unit 3.- Bids will be compa:^ed and awarded no the basia of t*.s acm figw� of the total of ?injact Unit 2 and the +;otai of Pro',eot Unit 3. o PROJECT U'.d.'T 2703:.L %` __ 'J''M ;D lout OF PROJEG'C T11'T 2 sTkil"i 79�676. i 1 The estivate of construction quartitiea herainbefore set forth is approxi- note only, bein iv : as a basis for the comparison of bids and the City does not r=preosly or by implication ;:,ree :hat the actual a�noutt of work will correspond therswitr,, but res^.rvice the i•i-,ht to inc-ease the Mount of any cicas of portion of the work or to onit pertiorn of V.e work as n+ny be deemed necessary or enqadient by the Engineer. .'�11 bids will be canpared on the basis of the Lngineer'a estimate of the quantities of the work to be done. he ardersigned has chec �.ed carefully all of the above Pigarec and urdcr- stardx tll the City shell not be responsible for erV orrors or =Lssiona on the port cf the :;ndcrcil+.ad in nakinC up this bid. In case of a dix;crepanoy between words and figures, the words shall prevail. If this propooal shall be accepted and the undersigned shell fail to ron- tmtt as cforesaid <nrtd to furnish bonds as provided in sold specifications with surati^s setiofact=7 to the City within ten (10) calendar days after ;hue bidder has r.cc`ved ro'ice friar, said City that the contract is toady for a1, nCture, the City riry, at ita option, doter-lne 41at the Bidder hen abandoned the contract, and the f rfeiture of such se- city occor_penying this proposal shaL operate and the same shall be t:.e rreperty of the City. n:closed find _ or bidders goad /O�, /a--..f,�. No. of the _ Hank, for ;n widnot ls than ion porcant (1 o_Ttn is bid, esyable�t—y oT an W th iUea Lain Cb±npo ::nd A&� ch is given as a guorsntoe that {he undersigned will enter into the contract if awarded the work. Tis undersigned hereby certifies that this bid is genuine, and not sham or ccllrs`re, or rxde in the interest or in behalf of any person not herein na::.cd, end thrt tlke un�ersirnad has not directly or indirectly induced or solicited any ^ther bidder to put in a shah bid, or any o':her person, fine or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion s secure for himself an advantage over any other bidder. The City reserves the right to reject any and all bide. It is agreed that this bid may not be withdrawn for a period of Ttd.rty (30) days fro% the opening thereof. She terms and conditions of the final contract when executed shall control end stpersede anythin, herein to the contrary or ineonsiatent with each contract. ".'he n;.:'rss of all persons interested in the foregoing proposal as princinls r�•c as follows+ ;ACTT.: if bidder or other i.ntsmstpd peracn. is a corporation, state legal name of corporation, also names of the presi&nt, secretary, treasurer, and aaxiagor tl:areof; if a ec-partnership, state +r a rn^e of firm, al::o names of all indtvidral co-prrtnera composing tic firm; if bidder or other interested parson is an individual, atate .first and last nacm in full.. Licensed in accordance with an act providing for the regulations cf coutrac torn, License No. 6 S _ s-/ y . Signature off idder IXTE: If bidder is a corporation, the legal name of the corporation call be, set fcrth together with the signature of the officer or officers nuthorized to sips: contracts on behalf of the corporation; if bidder is a co-partnerahip, the t-ue name of the firm shall be rot forth above together with the signature of the partner or ;Xrtnere authorized to sign contracts in behalf of the co-partnerandp; and if the bidder is an indididusl, his signature shall be placed above. Business Addresat P O P ry L 7 :Xl.v� ^� c Place of residences,.-._') 1957. CD.14 F ✓ W s.LIlk U N I T E E) P A C I F I C I lUten• ♦emu ♦t 611Y UI V4NTMENT Bond No. BID BOND KNOW ALL MEN BY THESE PRESENTS: That We MADONNA CONSTRUCTION COMPANY o�ie Obiepofa - as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Washington, and authorized to do business in the ,Mate of California as Surety, me held and firmly bound unto the r :P _HOC as obliges, in the sum of l p?a �j�....-�.++�..Lzi _Ck,,,0.4).. G DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, Jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: ,1.4I4FLA 4/0 -7-7 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Rr ` Signed, Sealed and Date? this �III ------ __ day of STATE OF CALIFORNIA. f ..._.Alameda ....I ............ .......... 1 ... County of ...I....... on thte .._.. L.. �....! .a. .................... daY of ........._...................... ..:._ I4S,�bbre fie, a Notary Pablle 1n mM tar edd }....... County, pereanauy appeared ...... .................. NEB..01..B.O1-AdER.... p.eeondly krwwn ...................................................................... to me who being by me sworn did .tab that he le Attorney-i r.ot of the UNITED PACIFIC INSURANCE COMPANY, a norpon potation oraanlzed and enlermq under the law. of the State or Woehington, that the seal alflxeef to the tareaoina b etureent W the coryora,. seal ai cold corpomtlon; that the m.trumant was signed, eevted and executed In eehau of wW corporation by authority of rte Board of Directors and further acknowledged that the said instrument and the eaecutlon thereof to tr the volon- hey oat and deed of said catpoml(wr, by Ivm voluntarily eaecuted. IN WITNESS WHEREOF, 1 have hereunto subscribed my name and affixed my official seat at ........................................ .......... __........... .. ...__... �a• ii .. ._... _. ..........._... the day and year feet above written. My connnevion expir .._.... n. __:.,s.. � � sty.......... 19...... / N �rarY PubLc 91a15 ui'LIERIS BOND CITY OF S.A'l LUIS OBISPO KW4 ALL Ny BY THESE P;LrZT- ' T at we, As PRINCIPAL, and As 5:7,ZrY, me held and fixt ly bound unto the City of San Luis Obispo, I1erainafter called &,e City, in the panel sjm of TIN PERCINT (10%) OF ME :T=7'F.L n-MCX T C:THE. ELL of the 1r..ncipal above nae,ed,-t*vitted by said Principal to the City of San Luis Cbispo, Sen Lois Obispo County, California, for tho work described below, for the paymnt of which am in lswflrl wanay of the United Staten, yell vrd truly to be made, we bind ourselves, our heirs, executors, &ani!dst^atcrs and succeasora, vointl. and severally, fiamly by these pre:aents• of In no case shall the liability of the surety hereunder exceed the sur. TILE' CONDITION OF THIS OBLIGATION Is STICH, That whereas the Principal. has submitted the above-rentioned bid to the City of San Luis Coispo, Son Luis Obispo County, California, for certain eonstrIction specifically esocrioed below, for which bids are to be opened at -""-� ert pace ; are bl s vill bF. opana'<l — , For —�insart date- of bi'd opening) Tropy hers the exact dnncrip .on of wo , r,e u rf; location, the AECesai.d Fr'".nc:ioal is awarded the r:rda witt_in t.'ic �fdi' any. -tanner refluLod tmder the headings "'ropcoal =#:quid- ;nxr:ts any. Awxrd. cf Contrmet" in the volww containing too Contract AocMents w1c: >p;;.ci""-eati. aftir ilia peceribsd forms are presented to him for siE;m- tur", er::7m i;.tr. F wrltlen contract, in il:e prescribed form, in acoordrmes wit2�. the bid, ..ud '.lec the two bonds with the City, one to iva 'tee faithful per- S.'erm5nne, e.ad the other to guarantee pa„ment for labor ami materi.ela, as required by law, +. t:� thie obligation shell he void, otherwise it shall remain in full torc4 and vlrtue In the o`ent sstt ie brou,-)jt -open this bond by the C,bligeo and judgment m recsrored, the suret✓ 07011 ;uy al coats incurred by the Obliges ' •such suit, inc'_uding a attorney'_ fee to be fixed by the Court. INUTI S3 'WMMOr, We have hereunto setour hands and heals on. A. D. 1957 (=ra1j !Betel) (seal) —(Seal) (. `.eal) Surety CWTr',r SjM-tures or those exeouring fnr the surety must be properly eclmonledged, CD-]6 P R O P O S A y TO THE CITY COUNCIL OF IM CITY OF SAN I= OBISPC, CALIFGiNiIA THE UNIIEASIGNED declares that he has carefully ercemined the I.ocetiat of the propaeed work, thet hs hea carefully examined the plane and apecifieatioro for the fcbl-imtion and erection of the structural steel str�cturar and he has read tl.e a000nranylrlg imtrvatioae to bidders, and hereby proposes to frraiah all t:,s wterials Slid ni11 the work required to complete JORMSON STREET UUDEW.SS, CITY PL,^.N 7-57, Alternate rA" or Alternate "B"+ ;,e in a satisfactory workdg condi4 tion, in accordance with s:.id plens� speclfinationa, and acial PPorisicne, for the prices Let forth in the Tonwring scheduler ALTERNATE 41" StrYc turs,�acs»�ple�w1 cieLf.ye>ed snd LZ Alace. STP ITS b:S`iH PRICE liRli'SEtd IN WOP. PRICE IN FIGURE" 1. Fymish material, fabricate, deliver erect atruc:tural nt„el etructurs for the am of . 3�orty five thoysgnd, Jive, hundred and Lifjy,flve, and no!1Q0 ,dollars,45, 555.,00 2, C2on and paint etruetml ateel (ohop prime coat and field prlas moat) for the a= of ;'hrge thogsand,, fifty . aevon,aad.no f100 dollars . . . . . . . . . . . 3, 057. 00 TOTAL* $48, 612, 00 ALTB,IMTE' "B" et�rccture oomnleta and delivered F. 0. Be Job eito or railro RI➢` IM11 kITR PRICE IN WORDS :9itl. IN FI ECMES "'YETI I. Ftm1i3b not aYiel,, fabricate and deliver F. 0. B. 30b site r• rail0oad siding for the sus[ ofl, y� d TWrjy.five th40Sagd, seyep hVir�ged apd.f t Y P",., Ii i . $35. 151. QO Truck■ no c100 dollara. t Jobeite 2. Clrmnn and pe.Lnt structural steel (shop prime coat atlp) I or the eua of. Twp jhqupancj, vto hVn&rp kapcj se Yegt% . and p0(1Q0.d9lkats.. . . . . . . . . . . . . . . . . . 2. 270.00 TOTALS $38, 021. 00 The undersigned further agrees that in case of default in aeeuting the rer-iired ccn',racie vl+.h ncceasary bonds, vtthinS_]9 iaysa ! e a the contract ror, (riot S:ulud.:.ng Ssnda:•), after hrving received noM '' fair bid a rll for 0,%nata.•or tin p'rueeeds of the check or bond aeeanAnj'in( bacW::o ita propert3 of the City of San TL,da obiepo. -Licensed in accordance ulth an set prD-idin;; f:r the reg•_atretioa of eontrsctora� _.fcenae ilo.- 85625 �VyI�NNELL CO., NC. STEEL DIV. SI@IRTURR OF BIMER T. W. (jr ife - General Manager ;rt' r:. :a1;shL,&,A to state. If c firm or aoPu'Lnc:ehip, state tht ^Lra ,''-Pa tc.a :,sacs of all indieit?ral eo•PartrOrs cO"SIM tha f91s- I' s state l�al. &as of corp 11, also ,:nnac of laeaidentr a wtrsyr gr•ran :.a.::.gar 'd:or-of.) Incorporated in the State of California NELL COMPANY INC Legal name of Corporation VIN..r-1-----j—^---� A.S. Vinnell 1145 Westminster President _,.__ Alhambra raWornia Secretary -Treasurer W. L. Hilger 11 11-- P.O. Box 308 - Baldwin Park, Calif. Bidlzwsa eddt�sa DP.TM January 4. 29?7 - _..... .._._..._.�. The above bid prices for Alternates A k Bare based upon structural steel only as included in'Section 11. Description of Work". We do not include items other than structural steel as described id -Section 2. Scope ofk Work": Specifically, CCxIi4p]Da1WX'D ctfRemoval of Ob- struone "E - Final Cleanup" P R O P O S A L TO THE CITY CC;INCIL OF m CITY OF SAti Luis OBISPO, CALIFORNIA THE UNDMIC-14M declares that he has carefully examined the location of the proposed work, that he has carefully examined the pla:na and specifications for the fabrication and erection of the structural steel structure, and he has road the accomtsrying instructions to bidders, end hereby proposes to furnish all the materials end all the work required to complete JOHNSO.*7 STREET M ERPASS, CITY PUN 7-57, Alternate "A" or Alternate "B% in a eetisfactory vorking condi- tion, in accordance with said plena, specifications, end special provisions, for the prices set forth in the following schedule: ALTERNATE "A" Strut*tare complete, delivered and in place. PRICE BID ITiYuH VIM PRICE �si.US TTE"7 IN WO°.ffi IN FIGURES 1. rurniah matorit,2, fabricate, deliver and eylgct�pttu;a7. e— t seel styTactuTe y6 of• _. .:. ... �?. .mot--r.. AD SRO C.F.;c .Glls«sv't,V( FCs 2. Clean aer! paint stnetnral steel (shop prime cost and i^leld� t+l `�nst for th sus of° � . s. •.. fCc J. . �i�[t� G ., TOTALa � Aq g0o'� `T /7 ALTERNATE "B" S'LrMtsr' Sewlete and delivered F. 0. B, Job site or railroad sidin 7. DID ITEM WITH PRICE rRt1TT".•S! IN WORTS MCE IN FIGURES 1., Furnish mate.dnl, fabricate and gdeell •er F. O. B. job site o rr� ,i r �•v^i% f/ v T4�� r�structural rr3�0OO ?., Clean and point steel ell op prime coat only) for the S,," i'. 7 ✓�j '��zr�«.�,ar�r L' a�atw a,-. � .uvria.e._•,".x.�'SaJ-. �.mr.,Kc_c ......,.,mod>., a�.�e�'.'I.aa7�ban,>n :.v t.uhvi'., :Ihe undersigned further agrees that in case of l�eefault in executing tre required contracts nth ncccosary boade, within 7e"? � /o) days, (tqt 'nelniiaE; Snndsy), after hewing received notice that the contract ie reucty for alo=tures the p.oceads of the check or bond aceaepargiM his bid shall beans the pnpertyr of the City of Sat Luis Ibispo.. Licensed in accordance t proridinB for the registration of cont;racto.er License No. . (If an individual, so state. If a firm or copartnerships state the firm isms a the names of all individual co-partners composing the firs., aii state legal =0 of eoeperetion, oleo nmosc of preaidcnta eceretary, treasurer, and manager thereof.) B�/1'4 r �u � �es ll�s rya zT E nn?iL / 1Q57 S,,c)-e tr ZaWl/w 3304/ [ [tfr� tie of uw/er > �aws o{ �r S�f �� �P le 4nrre . J PROPOSAL TO THE CITY COUNCIL OF 11?; CITY OF SAN LUIS OEISPO, CA11FOE41A THE LWERSIMIED declare that he has carethlly examined the location of the proposed work, that he ::as carefully axamined the plane and epocificationa for the feb-ination and erer, Lion of the structural steel strrctur,, and he has read the acecmiartying inatr.;ctions to bidders, and hereby proposes to furnish all the matorials and all the work regcired to complete JnHWON STRa.T JN➢ESPASS, CITY PLftN 7-57, Alt srota "A" or Alternate "B", i'a a satisfactory wor!dng condi- tions in accordance with said plan, speck±cations, and special provisions, for to prices set forth in the following schedule: ALTERNATE "A" Strwturw ctwlete, delivered and in place. PRICE BID ITEV 14131 PRICE IMMEN IN WOP.W IN .FIGUMM. 1. steel 8 mIlctxrq fahrlcete, del re and •,cycle* u ata t 2. rem cad and paint structural steel (s!zop p`riate coat and /y tout- � 700.00 Id pr for fY`num, of ,' �y) {„✓dy CLw qi_ 7aa. 00 .C,.1,rua�2epxfiilY"J.Li�i «Yswi. -•TOTAL:,•• 7 i e�/GG31 AL e,- - � TF.HNATS •H• Strxtur_a caeplete and delivered F. 0. B. Sob site or_railroad aidinz. FRICE BID IT&I 41TH PRICE WRITT.a1 IN WORTS IN FFIGURES I- Furn:.eh material, fabricate and deliver F. 0. B. Job site p 00 o.N ar•cy*ds ifaiof 65kp,e.c-137,�t,cc. .�683, 7., Clean one paint structural ate 1 i op prime coat only) for tl M of' Gi e A O`er 2 . , :'""'—_ . . . . _ _ 7. -V4 A3S 383.00 4,e/6636 ek ai. 2c r :dersigned further r4mcs, th" 'a enee of de hnit in executing t" rey.:irtd c_ntrsct' w, .-. .-t,eeanary bonds, uithir, ten ) - (no::zw1wiIaL Suadr�;-), after hcrtng reee v0d *siiry� l:e eont�bid sm-7.1 � r, r. a .�:.+;,;rc� the yroaeec;s of -&a check or bn3 a- :c;.aal1.={r his bid wall bQw, tea p-roperV of the city of San L.vz Obispo.. ..,L{ane_din accordNo. 888%'aac pmvidirg for the re�s`ret7.oa of eomtrsc:.uar - T SICWTORE OF BIDDER .. (If an ;xatvldual, so state. If c fiin or copar:.nereh fl state tht firm ...:are we necks of all :ndieiilnai co-�artrers cor..poein; the firs. Ir car rr::.e- state :ega7. .:.:a of eorEw:`.:tin-�, zlso . wes o" ln�a .+e�,t� Ejere .rya trenrnrer, sad vaneoor t3:areof.) 9,7*/Ie yJ 1 ('1 /' ,1e eM lac ./2�. C/' ow/ rJ/er/ C-or .- LN^S�_�r` -A� elko,�e,- eW E'* /7h NPX �dddrress i 03q A EK�/YA/v w,Delow, re. (e ?Rorosr.z TO THE CITY COUNCIL OF 1HE CITY OF SAN LUIS OBISPO, QLIFOPUTA 71s$ tdpd_DSI6SJF7e dcclarea that 4n her has care carefully examined the lacetion of the PraPosed work, that he for the fvbr1ce:tion and erection of t- a e�ted the p a� a, road t.:e aeeons�n etructi> ateol s . ePecifiostions a?1 a r�stesiala end in-vtructiena to bidders, snd hereb tn.cture, End he has tiara, riinraceor, Alt -�� or Aall the workl nwate "B" complete in a se £i.sC SR'P.EF;Tproposes to fU; ;gphA.SS, tha Prices set forth iih heid Plans, specifications, sad ry mvrking condi, i-n tte fol.ZvvIng schedules sixcial Provisions, for ALTERNATE nAn tand in Lace. KV ITM ;,JV PRICE, t12iITTEtd I<0 WOA,[S PP.ICE 1- ?°uraish material £ IN, FIGURES Steel st s ethecate, deliver and erect structural. . ra. . . £� the sum of . . . . . .. . . . . . . .' E42,848.00 2. Clean arsi Paint . - - . Field Prime eusteifor�� u of (shop Prime coat and . ) tho sum of . . . . . . . . . . . $.2,244.00 . (Sales taxes included) TOTALt 845.092.00 ALT'w� HUiA TE �pn oiwn RED ....'-WZ'kI PeSCE 't;+tl-ITaLN IPJ WO.^nIL'I CE IN FIGURES 1 'ah msttMal, fabricate and deli. r p. n' p_ or i,* .;+. ra t.lraad yidiyg for the sty of ;gpecify s-Mnr or iobsitc. Southern Pacific S - f3$,360.00 C�Q.nn and Taint Structural atool (shop .ma coat San Luia Obispo the suo o£. . . . . . . . . (ah nr+ t only) (sales taxes ) ............ ... _ . 935.00 TML' $,26,295.00 P R O P O S A L TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFUMTf. THE UN➢ Mi9IGNED declaxms that he has carefaII7 examined the location of the proposed work, that l;a has carefully examined the plane and cpecificntions for tha fabrication sad erection of the structural steel structure, and he See read 'tile nnomntAnying imtructicne to bidders, and hereby proposes to furnish aL', the materials and ail the work required to complete JOHNSON STREET UMEBFASS, CITY FUN 7-57f, Alternste "A" or Altenrate "B", in a satisfactory working condi. tion, in accordancc with said plrna, specifications, and special provisions, for the prices set forth in the following scheduler ALTERM TE "A" Stlu--Wre complete deU•rered and in place. BID 1734 ;.ITH PRICE YQCITTEA IN W0M PRICE IN FIGUio"i 1, Pm-n:Leh material, fabricate, deli• r d e t p� �g" ' steel atnicture for +.he eom of 1 ' i=w + EDIT HDNDRZ. N1WETS-F•(:Ihi JX flu $ . .. . . . . . +i � $e 894.00 2. Clean oral paint structural steel (shop prime coat and fielr� urine coat �q� th f Tq TEu 14 'F H X.61M'DGLLARs 6 2,801.00 TOTALe $ 41,695.00 ALTE'U"r, "B" Stricture c<m late and delivered F. C. B, ob or railroad sidin BID ITTA WITH P%10E WRITTEN IN WORM IN FIGURES 1. Furnish materiel, fabricate and deliver F. 0, B, job site or railroad siding for the e7a, of - tTiIATY'TAGUS:LW?Ivh'HUTDRm•LZQfiTr-ONE DOLiaM•a3%581%00 2.. .Glean are paint structural steel (shop prime cost only) F.C.B. Trucks, Job site t°NFaHH VV Fi 1 J3UF+DR �? F-;vdoLLtS . 1, 552.00 TOTALi $ 32,133.00 Alternate "B" is exclusive of axry sales tax. ten 10 4769. R E DeO ODMSPANYe ary E ar attl 3 'R.G 7B 7 1 Corporation in State of California President ,Jos. A. Moore, Jr.,_ damesR.—MooTe, Vice -President Gt Bartlett'. Secretary Victor R. Sandner, 11anager Structural Steel Dive Foot of Adeline Streat2 Oakland 23, California January 31 57 r Viemium tSa 1le i charl*e�rf O s�_h_ •b8 ewn 91LIVERPS "D Tf. AC,=IPA771 Y}N)Pt>SSAG S 1063240 Know s11, inert by tbere preserttw e-190(i6.DU DWI, G. iPANY, A GQVU&TT(fi A.8 PR'!it"IPAL, and THE FIDELIT: MID. CASUALTY_ CCWAltY OF N. Y. 1- '..: tiETF..:rr field end frrstig bcnmd Ixex.nn to be paid t, the said City or .� oertaln attorney, Lco swcrossors and 2ei.gne{ for which payrwnt, yell er't n0y trt hr a,1e, ve bind ourselnec„ our heirs.. exneutors and admiWIstrawr5, .u�crzmers tars saigna. Jointly wid ne-elrslly, firray by these preeentm 11,W C;,Tw FT C., air %'ilS :Nri, IOAT:.;N 1F Sj% . ",rr iC tkr rFrtain proposal o: tr:e PhXsvr bounder AWRE ➢RY DOCK COMPANY, A CORPORITICN . ___...___ _,to Crnetruct_MR JaiNSM STILT ONDER PASS, CITY FldiN NO. 7-57-_.__, date"-'._ ➢SCLBEB_._195A fa of c^pkai ev the (11t.v ou Sac, lw= bb,e�o• r.T'e 't " G1e PbO bcmn.r.., 14= DRY DOCK CCWAtiY, A CORPORMON -- tlls hel rn,, ichnin.jjt-,L:' F,:,:l.l dily car:.er I o.—'axrcuta : L:9l rtict tot 8C 1I .;-.t ecna l execute and .ielin - -,ele is bLnis .duser bed u=thin ter. 110) du,;ls (rot irKateit :;p, r,;Y) fros the ilr tP of the , 't.^.r Otate of Tatifornia IH. _.. ___¢panto of ...nIwMEin _....... On tpir__...3t2D_... day uf._..._JAN.UAU- — to the year One ThoKowd Nine HxndrM avd ._-Y=-WM _.. before ..,KENN R._G. KUTRR a Notary Public in and for the saW _ _ Cattety of. _ . aPOEDA._...rndiea tlu min, ddy emamuaioned and mare, par+ovally op ored }NGH, _G. CMff HELL, JR._ knawn to me to be the ATTOR- NEY of THE FIDELITY and CASUALTY COMPANY OF NEW YORK, the Corporation that executed the within mstmmrnt, and knoum to me to be the We. who accused tke said kutrumrnt on behalf of the Corporation therein named and arksowledaed b . that sueh Carporaaon esecaled the same. IN WITNESS WHER OP, I pareunta set my hand dud agred my ogiclol eat in the Comely of._._ he year in the rwificat, hest zt t-�-t._liL r_..._._ Notary Public in and far)the county of _........._.......__._ASn'L*4:➢A_.___.....___. State of Calif..& My commission expires _JULY_31, 1959 _._.._ K.d I2-7a. 12%1 tutas5aon PROPOSAL HERWCK & EASTER unsucessful bid To C117 (Z &VI LUIS OBISPO {i7ot The attention of the bidder is directed to the fact Umt Project Unit 1, the struct?,rel steel portion cf the single-track railroad bridge, co^sistdng of plate ,irders, wide-flarge deck bonze, deck plate, brcces, stiffcrors and festrors %tic:. are to be furnished and installed by others, is not a part of this contract. ?'So installation of belts at.rplied ender Project Unit I is, however, a part of Vile ccntreet.) To t'.�,e Hm zz ale 'Aty, G'.ty or oaa Ualz 0-cispo F.1% '..,:.s Obi.spe County, Cr'_ifornia reaU --Wn: 'lie ur0ersigad as bidder declares that he :,xs caraf.dly sxaniaed the location of the p±ipoaed tiorlc, the annexed proposed farm of ocntract, end the plr;rs and specifications thorein referred to, and he proposes ondTrees if t:ie p_.opoaal is sccaptod, that he will contract with the City of San Luis Obispo in t,c form oz' the copy of the contract srnexcd hereto to provide all the mo;,terials, except these specifien;.ly aentioned to be furnished by the City, necessary machinery, tools, apperatus, and other means of construction and do all the cork orncifie: in the contract in the merxer and time herein set forth reridmd fcr `',ia construction of the Johnnon Street Underpass, City Plan No. 7_57 , Project Unit 2 and-'rojeet Unit 3, as shown on the plans and as specified. Const�%ction shall be in strict conformity with the ?lane and specifics- . ti.ore prepared therefor by H. Neil barren, Consulting Engineer, Palo Alto, California, ani the Public Works Department, City of San Late Obispo, and dated April �1957 , copies of which are on file in the Office of the Director oi: 'fublir, eW rks, Z`�ty Haim, San Luis Oo1.9po, California, and whic:i place and ,pecifioations are hereby made a prat hereof. :he bidder proposes and agrees to contract with the City of San Luis 0.,1 x, to perfoam all of the above work, including subsidiary oblipctione as defined it acid specificat'omc for the following prices, tc-wit: Cl -6 •PROJECT UNIT 2 • - +0. At: Y.'U'.ii'TE i 6?t ro U LICE PRICE TOM NO. QRPNTITY UNIT WRITTEN 114 'VC RP.i y 1. 835 eubic Structural excavation to �, ee-� •_ yards incl,de staring and removal of sheet p1] fps t�h�e } 4V sum or 1'� 3'• 2, 2141 cubic Structural beckrill in place (i yards for �the. lyon`p +am DJ�4k4"M. �/ m 3, 10 cubic Class "C" concrete beckfill is t yards place for t#p lump 8ilum fQ�r.Y rc 11, 300 cubic Class "A" concrete (structure) yards kn pl4c for Aw"1sum of ............... 5, 37,000 Pounds Ear reinforcing steel in place f 1 4ww $=;of 4• K. �( se 170 u.:c Filter ma rial Deekfill in it rj c Yards place for a ump e LIV ?, 1 Job Finish coat of paint to steel structure, in place for the ' ea lump o of .� • d'�7; y/, q, .a¢ • wax < �U ry' I .� � 8. 1 Job le roof membrane eepaand protec- tive cOreof rinl�snp e ,A 4 4� / ro nr [jy -4}'.0 - - - . - G7f / g- 1 Each with s k drain complete s Frith d poi f for, tole VU% CD-7 -.I'[f1`"iftff Vifff t' .e " ____.__.Imn—_.____ _ t}C. CUPt;1lTX MUT 59PSTTE:] IA XMS PRICE TOTAL 1 Eac'i alMazel pipe yn.ard rail . in Dire -- X'— PFWUCT A17 2 TOTAL:�- P a O J --, C T 11 :1 I T 3 '?G :;JA:7iiTY WaT tMITSSN M .APW P!i1'CE TOU1. Clearing and Crnbbinr L(� , A ?. 1 . of Eartl.mrk (ra d for the- C 1 Jot, uemliah ezistfnk ter- m abut m .t.s mi wink, tip In �Pr he, Sum* 4" 1 Job !Garth*ark (_rbd91�.'l.Art��� the sum. of 5+ 10 ,�ub1C Cif. ter mtoria�}7l (retA inint, wa 11, '.? �SV8 in p1Afe ?t,(W 1 [L�i Ole �.� 'O rer rotn[ n,S LceL�(rAt.u`ni - �in'Si u, �e�rpeG or tse lcu i 'Ail t i tFJS.t'y' )�J1-Fa 1 .C�w•.. t d Ctrt idw,. 4 l ^30. QW171TT UNIT WRITTEN IN 40ABSc PRICE iOThL y 9 M-neal feet Aenove I'.. C. conc to cyrp, 7 agutter at .:'!< FlaXyf-�: qggqqq��,a Cp . . . . . . . . . . . per linft �3 'O. 7,450 cubic yards Roadway excavation (s t far t�;e, lump a,qµ o� �. .�a+.� � , Ise, U. 735 Cifoic i I-tpo bane materia (street) yards in.p ._-- .<«I.n <.gv. ;.— 963 lin feet i P. C. concie curb,m4 gutter in at� ) place Ltt�k44A . . `- . .per lin St '-3, 5,132 square feet P. C. co a eidewa ljc S� place at .-A4 .r-Y Y4". . . . . . . .per sq ft 313 Thousand Water, furnish and apply at [ /-W— %.�� gallons . L>;+.E"�A-u . fora �. . .per thousand gallons 15. 170 Barrels Portlrnd cement, Type II, (treat®d bas )A. }� place at . . . . . . . . . .per barrel If,' 2,671 Square yaMs Cement treat base material at ) 1. 3C, yd .�V C 17• 3 Tone Curing; cal, MC - 2, in place at � (" �- L.-- bA .per ton M. 12 cubic ,m ids Claaa "B" c to f�vement) in lac Gd i.� 'A .� l cubic . .p. toper yd l7. 21,024 square feet Plant-mdx surfacing, three inches (3")thick, in at L� place . . . c... C�Zil. .per sq ft N1. 3.; Tons Hifi viscosity asphaltic emulsion (seal cost), in place at L.'4 Yon . . . . . . . . . . . .per C" �... •.v ,..,`'�.ma.._....zrr.,rs .....r. --; hw , � a-i�.:a�.r'h::etes..wtu�.ti .m.�:a ITSKAs'k' .•--M rCt 1[1' C�2E M1�.__..._._.�_ NO.-,T#MI'7_ UNIT WRITTDr IN WORDS _ PRICE TCLTAL 21. 29 Tons Granite nplac Sere at). ' in place at �w' per tam. 22. 18 Tom Mant-mix surfacing (niecellnneous) in p ee t . . • ,7GfG�ta./ .por tor. 23 •, 1 Each Junation Box, Ste. 2+'81 left, in glace at J ) �y� 1)�pp��� ��0. % L) . . t47u Jfro.• IrLLJ ���'U+Z•saCh • 24. 1, Each Jwztim Lea BU ii 53 left in 25. 2 [ash Drop Tnlsts, S �, +5L0 left rfand ��11 (Ju ri.Fht, at Yala.. S� Xi� der, •%1 / • �v1+ 26, 1 Each L'xop Inlet, Sta. 2+37.5 left, Je caRpla�f in eAat,, UU `T`—v) 00 4.t....."`-'�•V+-Y.i W Each' ^_-7. I each Shop Inlet, Su. 2+37.5 right, oy d u) q o�c.r4"lZa' in lacez ,eq...• i .+Cx.t Each p0 , •�f 2P. 1 "rich Reinforced concrete sidewalk underdrain, Sta. 4+h5.32, right colrtplete.Fiz�e; @t $.i.. ;t'%Each %9.1 Faeh Noa-reinfncrete headwall, e4 Sta. 1+88.4. complete in place at eo Q,- i-if.�. Ja�+•+i'ia-,� 1 �i��i. Saah� 10, 11:2 Lineal Imarteen inch (14") welded steel o .� Feet �inetall only at . Per Lin It (� 3'. 209 Linoal TVe ty-four inch (240) "Freeflw" ((�� Feet ornieootbnoa" C.M.P. install on-1.),<P/'O y at%�ry'`p�� a < •.JyC•(•wWIaMiF�• Per Lin Ft '. 13 Lineal Twelve inch (120) C.M.P., inn+all � 1'e:et only ... . . . . - ! ,,.<.. "i'i 4,,4 Per Lin Ft 4 CD-10 ITM a fi u'TS u� i�3 'r7 t i ;PRIM UWIT NO. QUP.P"iTT.T WRITTEN IN WORDS PPSCE TOAL 33. 11�' 'dreal Ughtean inch (16") C.M.P. Feet lnstal. �l,q/fat . . . ll Zj %at • .Per,L1n Ft Cj 7 Flu 36. 24 Lineal Fe Trenty�ons inch (2111) C.14'P. i� t�ail only at C-v •� �(,� �• T et (Canes j•(d-�lA. Per Lin Ft 35• 72 Lineal Feet "tmanty-four inch imto}'' onljr - .�-7.ZM�.• U�ta .Per•Lin !' — Job Construct Reap House, install City �) 36, 1 A farniahed materials, complete in plece _ I" the lump 719m 37, 1 Jcb Furnish and install fittings and specials for 10" oast iron pipe 7 / wa tot the ln�p arm of . :. 1 :oh Construct valve vault and install a y, a 10" pressure reducing valve, complete in place for the lump sum of. . . 39. 515 Lineal Iles -inch (10") cast iron, bell Ind, Peet spigot pipe (waterline), install only 6'0 at. . . . . . . . . 7. 1 . . . . . . . . . . . . . .Per•Lin Ft 40. 3 Loch Ten -inch (10") gate valves, install only, and furnish end install valve bares at re / 7o y 1`S-s C,¢.: .Each 1 Job Furnish all materials for, and make all tie-ins to existing waterlines, for the lump sum of . . . . . . . -o 42. 1 Job Furnish labor, equipment, the:r=cell and disinfect all cost iron pipe and fittings for the lump. aim. of . ' . . . . . l�3i inch Construct. Manhole with metal frame and cover, Ste. 1+56.75 at. . . . . . ., . � . . . . • ... .Each )u CD.11 1IT-7-T IPPREL7119TE ITM WIT11 UIIIT . c"Rf s UNIT .__. NO, QUANTITY U141T WRITTEN IN WORDS PRICE TOTAL 1 Each Construct Manhole with metal frpm, ,si�i and corer, Sta. 3+14.25, at . . K D I# 1 . . . . . . . . . . . . . . .Each h5. 1 Eac:. Construct Manhole with metal frame 60� and corer, Sta. 4+36.75, at °` e� . .. ,. . . . . . . .EachecCo 46, 1 Bach Construct Manhole with metal frame L and cover, Sta. 5+63.10, at .Each 47. 507 Lineal 77Fu�rr�ebip*sh��and inatpll 10" Y.C. sowerFeet �0.50 3 � +}!17'M.+�;:iT� P�Yr• in6th]]. I• (.mod Pars Lin r t. 48. 54 Lineal Furn:eh and 10" mechanical Feet -40�nt cast Iran pi, Sewer at .; Par Lin Ft. 0 �1q / a� 49� Each Tnata31/ ument wells at. . 4 ' .YZ ,ffc-e-„e�4i(rr e .Each J't c 50, 5 Lineal PlAni 4x �Urfacing curb, at. �L— Feet 60 ✓A ef•GV. .. . . .Par Lin Ft. 51._ -08 Lineal Chein-link fence, four feet (49 Feet high.�t , .^I.�. . . V- v. i1.V�M'k`1 .Per !6 PROJECT UNI T3 TOTAL :1GT .:."aia CouEractor sba--'t be awarded both Project Unit; and Project Unit 3. Bids will be euwra,- d and awarded on the uasia of the am figuv of the total of °_-ijeot Unit 2 and the total of Pro act Unit 3, PRAIF.CT UNIT 2 T`'JTP. is ;:$%/yd.��, cam. PROJECT ITT 3 TOTAL ,5.4* .5'7.ki`i�YG MBIN:b TOTAL OF PROJECT UNIT P and F,v'MZCS!!:417 The entirate of construction quantities hereinbefore set forth is approxi- ^,rte only, being ;giver es a '.xsi.a for the comporisan of bir'lts and the City does not e:presaly or by implication r,r rrs the', the actual amount of work will correspond ';Y.eretri t:r, but ma. e--vas the right to increase the ariount of MW class of portia: of the work or U; omit portions of the work se may be deemed n. ,easery or eapedient by the Engineer. All bids wr,]1 be e�.pered on the basis of the knrireer'e esti=te of the quantities of tore :rork to be done. -a undersigned has choe;ced carefully all of the above figures and under- a`nr36 that the City shall not be responsible for ary errcrs or aciss.ons on the pr zz,- of the undersigned in making np this bid. In case of a discrepancy between words aryl figures, the words shall provail. If this pnaposil ahr.11 be accepted and the undersi ned shall fail to cm - tract ,a eforesaid ord to furnish bonds as provided in said specifications with saratios setisfactory to t.:� City within ten (10) calendar drays after the bidder o:a received no+ice frcrr slid City thet the contract is ready for signature, the city mn;.-, at its option, doter-dne that the bidder has aba,-coned the contract, and '..ha fos:£eiiura of such eecuri.ty accompanying this pros, srl s1t11 operate and the :rye strap be the property of the City. E.closed find certified check, cashier's check or dd rs boi whiof the Hank, , payable ' widr�i is uot� 2eae than ten percent 1 of this bid blo to i^ ti o s:i iizis C'aiepo :xw' rt�ieh is given as a guarantee that the undersigned will enter :into the ecatract if awarded t1 a work. The undersigned hereby certifies that this bid is genuine, a1d not shen cr cq isive, or nsde in the interest or in behalf of any person not herein named, aad alum the ,wAers.rnod has not directly or indirectly induced or solicited any other bidder to ettt in a sham bid, or any other person, firm or corporation to re.fre.tn from bidcWw, arA that the und3refgnod has not in any mmner sought by co).lueion to secure for himself an advanteEe over any other bidder. The City reservas the right to .reject any and all bide., It is aCreed that this bid may not be withdrawn for n period of "Thirty (30) days from the opening thereof. The terms and eonditione of the final contract when executed shall control and snfsrsede, argthing herein to the contrary or iv,consistent with Such contract. The ra ,.res cf all persons interested in the foregoing proposal as princignla a:e es follows= CD-13 *M: If bidlor or other interested person is a corporation, state legal nonce of corporation, n1so names of the president, sccretar;,�, treaaumr, and +nanager thereof; if a ce-rartnership, state true name'of fire, also nares of all 1rLt.vidual co..�,�rtrers "nweing the firm; if bidder or other interested person is an individual state first aad last in full. Licensed In sceex{ ee with an act providing for the regulations of contractors, License No. ,. gesture Of Didder 77018# If bidder is a ccrporaticn,� the legal name of the corporation ahall be set forth together with the signature of the officer or officers authorized to sage contracts on behalf of the corporation; if bidder is a co-rartnership, the true name of the firm shall be set forth above together with the si;,natury of the partner or partners authors od to sign contracts in Walf of the co-portnersi:ip; and if the bidder in , his signature shall be placed above. Business Address# Place of reafdenes# Dated IV CD•1h BIDDERS BOM CTTY OF SEvf LUIS OBISPC CAI:IFLiMA ffigCri b?S. YSEB BY THESE P'Us�1' 1Ilms, Tre:t we, _ 'a.-.r+..� ')�. • � As F:2;.T7CIPAL, a.Md 17 u...r 3 held a„i firmly bo•.md unto the ity of San Luis Obispo, cc,, aa. x.�:; :3ty, in t*.e panel aim of TA.'Y PCRCMNT (10%) OF M nrIAL LiVIUH? C, Mi ; F L c.4 :._:e Principal above vumods suberit`.ed br said Prinrlpal to the City of Ssr. '.binp03 sea Luis (bi.spo County, Califorrias for the work described belc,,, for :.lie c+yn ant of which cum in lauf4l money of the United 6t,-,,tes, well arut t.alr '.o be r;sde, :;s bird ourselves, our beirs, executors, adminiawrstors and successors, oi':tly and saverall.s-s fi.rsa;.- by these pre.:ec:ts, Isa no case shall tho liability of Uwe surety hereunder exceed Uo sera of TM CONIJITIMI OF THIS OBLIGFTION is ";UCH, That -:whereas the Principal has satbrdttsd the e`,oca--""Mond bid to th:: City of San Luis Obispo, San Luis Obispo Courrty, Up"ifornia, for curtain constr,,otioa specifically described below, for which bids are to he oyvned at _., e _fv.6.r _xx.' e seP 4 s roods ri s aP •.'- i^ YJ de c •C" f'bi pa 1 .nar too d o-i�i-- __'—`..29�,p"' py hero tiie exact. descriPUon o weri�W, u-&udiup"�-, loc� at�en Id13W, '"FiF,RL'FOSiE, if the aforesaid Principal is awarda:i the contract end, within tl:o tismj and asnner required under the headings "Proposal Require- ments end R-rcrii of Contract" in tin volu:a containing the Contract Documents end Specifisa bona, after the preccribod forms are presented to him for ui.grm- t•_.re, crl'crs into a vritten contract, in the prescribed form, in accordance with tho bid, and files the two bonds :aith the City, one to guarantee faithful per- forssnca, and the other to guarantee payment for labor and materi.sls, as req•.d-red by law, then this obligation shall be v;id, otherwise it shall :^amain in full force and -rirtue, In the event snit is brought upon this bond by the Gbligee and judgment, is MLovered, the a�.:rety choll pay all ecsto incurred by the Obligee in such suit, including a r•ecsonable attoarey`s fee to be fixed t;y the Court- IE 1AjTN5a° WTii:RWF, We hove herahmto set our hands and seals on this- p 3�"e day ofj_7ta�?_ , R. D. 1957< (seal) (Seal) _r a pa (Seal) ii, was 7V 't. z... .%..�—i6 cif•---d (Seal) �fSenl) _.. STATE OF CALIFORNIA Santa 3arbara 48• COUNTY OF------------------------'---- On this_jrd_---- __day of ---- t"ay------------------- in the year one thousand nine hundred and ---- 1r7--------- before me,__. li4 B__Q._1i1111aIdS_____ a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared G,_ K, Scott _ ---------- known to me to be the duly authorized Attorney -in -fact of UNITED STATES FIDELITY AND GUARANTY COMPANY, and the same person whose name is subscribed to the within instrument as the Attorney -in -fact of said Company and the said_ ____ _ _ _ _ _ G. i, ScoLt__________________ duly acknowledged to me that he subscribed the name of ----- G. - —"- UNITED STATES FIDELITY AND GUARANTY COMPANY thereto as Surety and his own name as Attorney -in -fact. In Witness Whereof, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. h L- /� ..i . /, �n A 1 Notary Public in and for ----- A L A M 74' 91 tp,IpIlU1011 Upirn Dec, 15, 19% State of California CITY OF SAN LUIS OHISPO CALIFCRNLA NOTICE 'A) OONTPAC40RS Sealed proposals will be received at the Office of the City Cleric of the City of San Luis Obispo, City Hall, 900 Palm Street, San Luis Obispo, California, until Gne P.M. on Ma�6� and will be publicly opened and read o et e a ve sta ell A-11 in the Council Chambers in said City Hall, for the m no traction of the Johnson Street Underpass, City Plan No. 7-57, Project. Unit 2 and Project Unit 3 sham upon the plane therefor. The Prospective bidders` attention is directed to the fact that Project Unit 1, the structural steel portion of the single t.rael: ral.ltoaa, bridge, censistirk, of Plate girders, wide flange deck besets, deck plate, brace„ atiffners and fasteners which are to be furnished and installed by others is not part of this contract. P R O J E C T N N I T The work consists essentially of 00116tracting the following: 1. turni.ab all, materiais, labor and apparatus for the construction of the, Borth and South abutmante. 2= nsstnol bolts Supplied uWer Project Knit 1, Ertl flnrish and a, IS final paint to structural steel provided in Project Unit 1. Mr,lfia"WS ESTIWTE Ot QUA:":I'?IFS 2 1 tem 1, 335 ,yards Structural eaccaystion ineludin tine wall, said including the shoring find removal oofl:,;11ae�pg� nE- 'Lem . 420 cubic Yard- structural backfill Stem 3. 10 cubic yards ;:less "C" concrete baekfill. Item H• 330 cubic ynadn. Cla a "A" concrete incl uctity; for,,worl; its`:' S' 37,CO'� Fnu•xta reinforcing steel liam ° cdaio yards filter material backfilt m 7 ` S , 3pp17 finish coat of paint i Sob, watar:roof ere"I;.rane .,nd pm erti,ve - t i ; tai2.iast -1 r ,, v drain w_tt. downrt„,yet „m ai v r„ztu pipe guard rail (Notice to Contractors) P R O J E C T U N I T N 0. 3 1he cork consists essentially of the following: 1. Demolish existing structure. 2. Furnish all labor, materials and anparatm for the reaaxnstruction of street and the constriction of a retaining :call. 3. Relocate sanitary sewer line, waterline, and construct storm dre2nage system. 4. Excavate for railroad cutand construct railroad embankne t. EDWNEER:S ESTIN.4TE OF QU -MUSS �emitu'l UNI-1, 3 Item 1, Clearing and grubbing Item 2. Earthwork (railroad) , 7C'% Cubic yards roadway excavetion 1,7OU Cubic yards embankment 5CC) Cubic yards aub-base m. terinl I tan 3•, Demolish existing bridge abutments and wing wells Ite..m 4. Earthwork (retaining wall) 235 Cubic yards structure excavation 65 Cubic yards strro tune backfill Item 5> 10 Cubic yards, filter material (retaining wall) itam 6„ 1,550 Pounds bar, reinforcing steel (retaining wail' Item 7. 25 Cubic yards Claus "l" concrete (rstaininp wall) Item 8> 42 Lineal feet of 4" C. I. pipe sidewalk underdrains (retaining well and abutment) ltem 9, 9 Lineal feet N. C. C, curb and rrtter remm,.�I Itam 10. 7,770 Cubic yarde roadway excavation, (street) Item 11> >30 Cubic "..rds imported blase r. terial CD-2 0 Item 12. 953 Lineal feet P. C. C. curb and gutter Item 13. 5,132 Square feet P. C. C. sidewalk Item li,., 313 Thouaand gallons of water Item 15. 170 Barrels of Portland cement, Type II (treated base) Item 16. 2,671 Square vards cement treated base staterial Item 17. 3 Tons curing seal, MC - 2 Item 18. 112 Cubic yards Class "B" concrete, pavement Stem 19, 21,024 Square feet, 3 inch plant -mixed surfacing Item 20. 3.5 Tom high viscosity asphaltic emulsion (seal coat) Item 21. 29 Tom granite screenings (seal cost) Item 22. 15 Tors plant -mixed surfacing (miscellaneous) Item 23. 1 Junction box, Ste 2 + 81 left Item 24. 1 Junction box, Ste 0 + 53 left Item 25. 2 Drop inlets, Sta 3 + 50 left and right Item. 26. 1 Drop inlet, Ste 2 + 37.50 left Item 27, 1 Drop inlet, Sta 2 + 37.5 right Item 28. 1 2. C. C. sidewalk under drain, As 4 + 45.32 right Item 29. 1 Headwall, Ste 1 + 88.11 right Item 30. U2 Lineal feet, install only, 14." welded steel pipe Item 31> 209 Lineal feet, install only, W "Preeflow" or "Smoothflow" C, Item 32. 17 Lineal feet, install drII7, 12" C. M. r, Item 33,. 156 Lineal feet, install only, 18" C. M. P. Item A. 2L; Lima, feet, install. on;,y, 21" conduit for sewer I Lem 35 ;p Lineal fret, install only, 2L" C. tt. -'-, 17.em 30. CGO9tTYCt Di,F..ip house, 8r2d zas'tall Cit;' and electrical control panel- ^`zrntah and install fittirK;s and f.r i.C" ;T vst,?r nr� CD-3 Item 38. Construct valve vault and install 10" pressure reducing valve. Item 39. 515 Lineal feet, install only, 10" cast iron bell and spigot pipe (eater). I ten 40. 3 Each, install only, 10" gate valves, Furnish and install valve boxes. Item 41. Furnish all material for and make all tie-ins to existing Water lines. Item U. Furnish labor, equipment, chemicals and disinfect all cast iror. pipe and fittings. Item 43. Conctruct sanitary sewer manhole at Ste 1 + 56.75 Item 44. ConatrLrt sanitary eewer manhole, ecrteplete with tie to existing line, at Ste 3 + 14.25 Item 45• Construct sanitary sever manhole at Ste 4 + 36.75 Item 46. Construct sanitary sewer manhole at Ste 5 + 63.10 itea 47. 507 Lineal fast, l0" V. C. sewer line Hem 48. 51, Lineal feet, 10" mecnanical joint cast iron pipe sewer lire ltes 1a9. 2 Monument wells, install only Item 50. 25 Lineal feet plant -mix surfacing curb. Item 51. 108 Lineal feet, chain -link fabrid fence. CD -4 v.d`aP✓k;""'"as'm3'S1v5 In The Superior Court of The State of California — "URANIUM FEYB In and for the County of San Luis Obispo !• Teseaica!a NOT Cwsaat tee,„d Mae: 6. east, ter: Chad 11, INAL NOTICE AFFIDAVIT OF PUBLICATION °, ra!!nt A t"u"d --i-, C.n lar9!1 se" Rates alaaP— a fe,, a"ta t:V STRADAe Ra.aas 4cedaa A.eA -mob]. ate a.a.. ,wr asM n a.. umae sea am.. Th -No. �_.....�.._....... = meter e' Nae] a a.a by saw a.atM r IN THE MRT 7R OF ...... r'd!eH . P. _..._.. _ ..._.____......_....._._._._..__.._....._._. ' °- a ar' PROJECT UNIT NUMBER TWO �� ___.......__...._.._......__._.......___..__._...__....._...._»..�....... E a q,o STATE OF CALIFORNIA, i s: rno ow County of Sale Luis Obispo, eau Ol l The undersigned, being firs} duly sworn, deposes, and says: alY tTAarltt6 TCaW! : IN[ aaka apte ] Thal I am over the age of eighteen and not interested in the um, t. a n l ... m eaysga above -entitled - TER _ arms that I am now, and at all times embraced in the publication ritual WMILPA herein mentioned was, the principal clerk of the printers and Item♦lets.publishers of the SAN LUIS OBISPO COUNTY TELEGRAM- rter 11, ]. a' Idmwa ea Tatl TRIBUNE, a newspaper of general circulation, printed and pub- suns. i rt.m a. ISECOND INS RAT terse wt listed daily, Sundays excepted, at the City of San Luis Obispo nas ao�. 1 1 t in the above named count and state; that Tfia d y _............. n,T.tne "'311C•u� n C a, oaw :. .TO.•_�CSiR?;TOR_ I t ..................._._.....__.»......_.»......_................. .sea m st ...................... "'ten -Ka BjdhHNA•Yaiamf•Peli ate+, of which the annezod clipping is a true printed copy, was pub. t' bn (shown a 1111, li>hed in the ebeve-named newspaper on the following dates. Ki M. — cal. arts to -wit: ._.._......_........._._......_ ..... -.................. _................. ........ rt.. 1. V. a.mo ru .PAIL 5 15t? l.rao m! ......._.............»»........1...................._..........................._........ ......... eso ee It..s. w sa men a t ........................_............... ................. ............. _.._.......... .... _........ Ilem 4. F. is terN ddbl Nsv sm.IM or r" ,. ............:....................... _... .......................................... ..................... Ilse s. 11 rt eo! that said newspaper was duly and regularly aasAained and nse0. I. established a newspaper of general circulation by Decree on. llom'tl.lA t fared in the Superior Court of San Luis Obispo County, State ° sa q it aeaM so she ' of California, an June 9, 1952, under the re ' ' ns of Cha m wil Also TaawMe r si P tial s I, Division 7, Till the Government the S} a of s,tsfar -- California. hate so. ] • Iamb M 1 UA aq lL/,a,l sae ml . B .....»....._...._.......» uan�sh late ! r I Signature of Principal Clarks it,. J. 1 'Item oth Subscribed d sworn to before ma this —._l..._.._.,. day of rle,u nii.a P Aril 57 narewda BROWN ........ .fir-..._...._^+n l0_..... tons li. 1 rwn.„ w.. ..........or ......._.._........... $..ya Item M.1 y fa-{ ah.lt�r Notary Public in and for said Count end a game a tad ail TOP TEN Ibm N- F 1. Buaortly I, -is. a 2. Young Lavr and rush 7. Marienre firma aa. 4. Perry Dal .fshe 5, Round and Round 6, Little Win' T. Tien -Age Cvoh . 1•_ et,._,. 4 0 In The Superior Court of The State of California In and for the County of San Luis Obispo AFFIDAVIT OF PUBLICATION No. _._.............._... STATE OF CALIFORNIA. ss. County of Son Luis Obispo. The undersigned, being first duly sworn, deposes, and says: That I am over the age of eighteen and not interested in the above -entitled r' '� that I am now, and of all 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 of which As, annaxod clipping is a true printed copy, was pub. lished in the above -named newspaper on the following dates, to-wit:.�...._.....__......_._....._............._._...............�_................. .....v...._..r.,:.4_J.J.p..3_a"6........ ........... ........_._........._............ 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, on June 9, 1952, under the ons of Chapter 1, Division 7, Ti 1 o the 6overnm o e sof the $ e of California. _... _.... _..... _............................. ....... ..:........... I ......................... (Signature of Principal Clerk) Subscribed an sworn to before me this ... day of Y� Notary Public in and for said County and State Cfly es �',°M �'ytiern Y" I We Nve,vate. "A I uWA'rd"�icse, adty=v. xnd.. n'n 1 I.r t asersa.s,Ps7..'�m:. . a as ss nwseee ,oatA's'*{�O Ic.t.' eno'ra am'm" N�Nvrcp'.roa a!Uiee .BoIY ♦V CITY OF SAN LUIS OBISP(i CALIPOffi{IA CONTRACT'WCIW�24TS NW SMIFICArIONS M TIM DoNs EWLTIU1i OF =a0AECT AIM ay.1r.Q T IT I c I T g ?1v I_0 _L-7_i AMIL, 1951 FILE COPY CITY CLERK'S OFFIC? CITY OF SAN LUIS OBIFoa 4� .Z• 0 0.4 • CITY OF SAN LUIS OB13PO CALIFORNIA CONTRACT DOMMENTS AND SMCIFICATIONS FOR CON'STRUCTION OF JOHNSON MiEi T UND&RPASS CITY PLAN NO. T-57 kROTmCT WilT 2 AND PROJECT WIT 3 FRED LUMESINOER :4AYOR COUNCILMEN SEMNETH W. JONES NELS BECK LOWELL CHRISTIE WAYLR4N 0. ED:YAR'JS RICHARD MILLi.R J.H. FIT.JXTRICK WM. HOUSER DAVID F. RO:RO ADIINISTRATIVE OFe ICER CITY CLE9A CITY ATTORNEY DI:L3C'TOR OF PUBLIC WORKS MJECT UNIT 2 H. Neil Warren Consulting. Engineer Palo Alto, California FROJ :+;T MNIT 3 City Engineer's office San Luis Obispo, California APiIL, 1957 The prevailing wage rotes so determine ara. ee ^oljara end r.re subject to phangez : t•f, .", I147:CA TICK B_. _b Pep. I10j% Carpenter 3-CO 7ectent na-son 2,925 Cement meson (ecuposition or mastic) 3.(45 Labour 2.30 Cperctora and tender-: of pw vwtic tools d: electric 'tools. vibNvting rawednes etc. 2.51 Asphalt rcker and ironer 2.51 Cement dmiper (on 1 yard or larger) 2.51 Oonorcte curer WTorvious rumbrane) 2.49 nenlan 2.30 Taman and nortcrman 2.3e Reinforcing iron worker 3.15 Appranttce crY;iroer, inolud:.%g fireman, oiler, grcarer, ev.cl.uding tank crv.ne oiler 2.54 Fir-'=n 2.54 Air co greo.cor o�vmtor 2.54 Trnv.;;. cre:.e oilor 2.'11; Asphalt plant fire•aan 2.95 Horan n o- mixer box ope.rotor (concrete or asplalt plant) e5 Corxr:t-e mixer operator (skip type) 2.7):. Pne,;r.nt broakcr, Y. drm-hsm. r or similar type egx:i7-nt 3.05 Holzer owntor 3.05 p-f;•�-:e, boon or vim), truck operator 2.9 Tractor oncrator (bulldozer, tamper, scraper, par.R trrct:r) 3.05 Heavy duty repairman 3.05 Road oil s-xirg machine operator 3.21 tractor operator - boom attocivaents 3.30 ,vnehing maci-3lx: oaemtor to 7 feet 3.05 Trene;ing mchine operator over 7 £set 3.30 Conc,ate mobile -Axer operator 3.30 Actor mt_rol operator, including any type of power blade 3.21 Corcrnte -9.er operotcr --acing 3.30 (d.or.•cl, dra line derrick, .,.. c, cln+ chcll, c:^ane or pile dr�.ver) 3.3,r I:Cs than 4 yds) 2.405 but less '3+au 8 yda) 2.1r35 . .�,. .o_t.l iu:,Iosd capacity less than 6 tone) 2.405 ,. .,.• i ac; d oil s^r<aader) 2.r85 .. .. :-.•, �• ., 'hart 2500 gallons) 2,V-5 2.5g5 2.515 x ; 2.965 �1-.. 2.515 ,tcca opacity bctcaeen 6 and 10 tons) ?..h35 :::e ..a:re r.:iee for arty classifica Lion. not listed in the fore—Ar.f: or_Y •ac.rea will''`^ the I'•revailing wages for suci ir.nvk. dam.. ..,..rc_IYI�v�;�.�sKai��.. :�.tL•'a... .b4�' �8'm°. b� a,:_U ..6*Y ,,vas I N D R Y :9fe .wtoe u Gmtrec roar . . . . . . . . . . . . . . . . CL - 1 Proposal . GD - G Bidders Bond . . . . . . . . . . . . . . . . . . . CD - 15 Fora oP tgreenent . . . . . . . . . . . . . . . . CD - 1; Labor and Material Bond . . . . . . . . . . . . . . C➢ - Performance Bond . . . . . . . . . . . . CD .. section I.. - liefinitions and Terms . . . . . . . . . . . . . . . 3. _ Section 2. - Proposal Requirements and Award of Contract . . . . 2 - 1 Section 3, - Lescripticn of Work . . . . . . . . . . . . . . . . Section 4. - Control of Wort . . .. . .. . . . . .. .. . . Section 5. - Control of Materials . . . . . . . . . . . .. . . 5 - 1 Seetion (1, - Legal, Relations and Responsibilities to the Public 6 . 1 Section 7. - Relations with Railroad Company . . . . . . . . . 7 - 1 fon C., - Prosecution and Progress . . , . . . . . . . . . 8 - 1 . Lon °, .. :essurement and Pa)iwnt . . . . 9 - 1 _:.-. r. Cion 10 - 7�Ateriala . . . . . . . . . . . . . . . . . . . . . 10 - 1 erection 11 - .1iscellareous Items . . . . . . . . . . . . . . . . 11 - 1 Section 12 - Construction Details (General) . . . . . . . . . . 12 - 1 Index for Project Unit 2 . . . . . . . . . . . . . 12 - 3 Index for Project Unit 3 . . . . . . . . . . . 12-11 y,h a s.aade.:ti5t.ih d.i `'i •. ♦ a aw la.... iRSiYh" 1`, f4Ns'�aabe , .�''•L '• dx w MTY OF SAN Litho OBISP0 CA LIi ORM lk"ITCc TO WN710ACTUA9 ca?.:-, r;opcsel� uill ix rec::ived at the Office of the City Clerk of the City of ia.-. LAa Obispo, City Ha11, 990 Palm Street, San Luigi Obispo, California, until One .M�cn D761y C>, 195'` u and will be :ublicly opened and read aloud AT +fie move stated t: aimthe-i7. Chambers in said City Hall, for the Oonatrretiun of the Johnean Street Underpass, City Plan b, 7-57, Project Unit 2 and Project Uni', 3 anown upon the plans therefor. The proapecfiva biddera' attention is directed to the fact that Project Unit lr the structural steel portion of the sLy;le track railroad bridge, consisting of plate girders, wide flange deck beams, deck plate, braces, atifflers and fasteners with am to 'A furnished and ins sllad by others is not part of ibis contract, P t? O J 6 C T U N I T N 0. 2 7h, e .c#.tali, of ccrstracting the following' :'cn• �a>< as m uriale, L and apparstua for toe, constr'rAi<er of' the C;z Ph av'] Jouth ;'r "ut'menti. .cata,ll salts :+t,�plted under Project Unit 1, and furnish and a; piy f=a1 :.ca: of coint to structural steel niovided in Project Unit 1. _,1dx1_NEPJ?''S tv'TI:Y,Te; OF JUA:MILS be t., 885 oubu: }urds atructursl excavation, including removal �f existing ring, wfill, and including the shoring and removal of-:iiE::=t. piling• Item 265 cubic ;Lards structural backfill i ta:i ;a- 10 cubic yards Class "C" concrete backfill Item !i. 300 cobic yards Class "A" concrete including formwork Iten 37,000 Pounds reinforcing steel Item e, 170 cubic yards filter material backfill itc:a '+. 1 job, eppiv finish coat of point item 1 job, waterproof membrane and protective covering Itam 9. 1 ballast deck drain with downspout itaa Lf,. 1 galvanized pipe guard rail CD-1 �ot1-- to 11,e work rar-,'sts e.:,sentially of the £oll.owingr .. 'e:aoiish PXLa tits' etrun Lure. ,. 2, Fur,03h a?1 Libor, matenAls and apparatus for the rcysotruction of �rtm:et tui4 *1:e const;ruction of a retaining wall: 3,Poloc:atn sanitary sewer line, waterline, and construct stone drainage 4.: Kxravate for railroad cut and construct. railroad .unbankment. ENGINM,S EST174AIE OF QUA.ITITIFB FW,!kLI L Item 11 Clearing and grubbing (railroad) :ten 2. Eartnvork (railroad) ?,.?7r Cubic yards roadway excavation ?LYJ Cubir yards embankment ya-Ja sub -base material Itvm, 3. ia^w11.-;: existing bridge abutments and wing wallo :teen it 'Earthwork (retaining wall) 135 Cubic yards structure excavation 60 Cubic yards strrcture backfili L tn_^. 5- 10 Cubic yards, filter material (retaining wall) Lt:.m.o, 17550 Founds bar reinforcing steel (r*tru.ning wall) Z t, :v 7. 25 Cubi.c yards Cla-+s "A" concrete (retaining wall) =t�r 5. 96 Lineal feet of 4" C. I. pipe sidewalk underdrains (retaining wall and ebutnent) i. tem 9 9 Lineal feet P. C. curt and gutter removal. d.I -= 13.. 7,W Cubic yards roadway excavation (street) tam U 735 Cubic yards impdrt.ed base material (street) CD-2 Iten 12. 9&3 Lineal feet P, G, C, curb end gutter :. ci: 13. 5,132 Sgtlsrn feet P, C. C„ sidewalk t Lem M- 313 ihouaind PaLUns of water t� 15, L7Cl Bor"le of Foniand eemant, Type II (trea«ed base) lien 10, 2,671 Square :yards cement treated base material Item li. 3 Tons curing, seals MC - 2 .tee 18. 112 Cubic yards CL;ss "B" eenerate, pavement Tt;sm 19. 21,024 Square feet, 3 inch plant -mixed surfacing Item 20. 3,5 Tons high viscosity asphaltic emulsion (seal co®t) i tam 21, 29 'foes granite screenings (seal cost) -tam t2. 19 Tons plant -mixed surfacing (miseellansoue) :tit 23. 1 Junction box, Ste 2 81 left ter, 24= 1 Junction box, Sta 0 53 left --tum ? : 2 Drop inlets, Ste 3 ' 50 left and right -item 26, i Orop inlet, St* 2 " 37,50 left Item 1-'7, 1 •;L)rop inlet, Ste 2 - 37.5 right !ten 2,1 1 F. C, C. sidewalk under drain, Ste 4 - 45-32 right Roan 2.;; i lleadwall, Ste I . 88.4 right Item 30, 11L2 Lineal feet, install only, 14" welded steel pipe Item 31, 209 Lineal feet, install only, 24" "Freeflow" or "Smoothflow" C, M., P, Item )P. 18 Linonl feet, ins tail only, IV C, A. P. Item 33, 156 Lineal feet, install only, 18" C. Y. P. iter. 14- 24 Lineal feet; install only, 21" C. Ii, P. conduit for sower Item 35 72 Lineal feet, install only, 24" C. M, P, item j6.. Constxu,.t p=p hcuee, al:d install City furnish+ pumps pipI'g, and electrical control panel Item 37. t'uraish and install fittirera and specials for IV coat Iran pipe weterline CD -3 Item 38. Construct valve vault and install 10" pressure reducing valve. I tam 39. 515 Lineal feet, install only, 10" cast iron bell and spigot pipe ('+ater). Item 40. 3 Fach, install only, 10" gate valves, Furnish and install valve boxes. I ten L1. Furnish all material for and make all tie-ins to existing water lines. Iten 42. Furnish labor, equipment, chemicals and disinfect all. cast iron pipe and fittings. Itan 43. Construct sanitary sewer manhole at Ste 1 + 56.75 Item h4. Construct sanitary sewer nwihole, complete with tie to axisting line, at Ste 3 + 14.25 Item 45• Construct sanitary sewer manhole at Ste L + 36.75 Item 46. Construct sanitary sewer manhole at Ste 5 + 63.10 I tan 47• 50? Lineal feet, 10" V. C. sewer line item 48. 54 Lineal feet, 10" xracbwdcal joint cant iron pipe sewer lies I-,4= L9. 2 Monument wells, install only ltem 50. 25 Lineal feet plsnt-mix surfacing curb. Stem 51- 108 Lineal feet, chair. -link febrid fence,. CA .-L • l The foregoing quantities ern approximate only, being #Rr, as a basis for the orarperiam of bide, 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 emourt of any class or portion of the work or to omit portions of the work as nay be dean(: necessary or expedient by the Engineer. All bide will be com,ered on the bests of the Fzrineer'a estimate of the quantities of work to be done, it shall be mandatory upon the Contractor to whom the contract is awarded, atd upon sr;y suircontractor under him, to pay not leas than the specifi ed rate to ell - we, workmen and mmctenice employed by thou in the execution of the car Pursuant to the state" of the State of Califrnia or local laws then ,.__...+04-, Me MET Oe ell of the City of 8= 1:1c Cbi-,;o zc Sa.i�-�cd t..ie ;tuart provaijang rate of wagae ap�blo to rite ccrl: to be done to bo aaa'eet forth In the contract docunents hereinafter referred to. `!c Lid +:?lt ?r e�centsd fmu a Cmtractor who is not licensed in accordance wi-: the law,. under the provisions of Chapter 791, Statutes of 1929, as amended, or Chapter 37, Statute, of 1939, as amended. Fact; bid shall be made out on a hid fore to be obtained at the Office of thG Di.roetor of Public works in the City hall, in conjunction with the contract. doccmants. Fach bid must conform and be responsive to the invitation, the Ilona, the Sped• f:_eaiieni, and all documents comprising the pertinent Contract Docl^�nts. Oople:3 of t*.e Cuntra;;t poctwents are now on file and opened to pbblic in4pert.ion in .;aid of Co of the i:dractor of +fiblic Works in the City Mall, are. may be obtained by 00rositLng the sum of tI0,.00 for each set, which deposit will be refunlad to eacl- bidder or ir.ts."adad bidder who returns such set of documnts in good c^ndS. ticn within five day- after t,,e oponinr of the bids. Each bid shall be presented under sealed cover and shell be ac.orpanied by a cortified ct+eCk, cashier's check, or a setiafactory bid bond ewde payable to the City, r,:xea;ua..c-d hy- the bidder u- a surety company in an s:-:eunt oqus) to te?: pt�ruent Ui ) of the bid. The amid rheok or bond shall be given as a guarantee thzt the .lAder will execute tF,e contract in conformity With the farm of e,rcenant prescribed by the City, arui will furnish bonds as specified, within ton Y10) days after notifi^.anon of the award of the contract to the socessaful. biddsr� The City rem, rvee the right tc reject any or all bids, 0y onler of tna city Counoil of the City of San I.uia da'f of r 1957, PROPOSAL TO CITY OF SAN LUIS OETSPO CALMMIA (Notes lba attention of the bidder is directed to the fact that Project Unit 19 the atruc'teral rtsel portim of the single-track railmod bridge, conaieting of plate Ciselers, wide -flange clock beanie, deck plate, braces, stiffenore and festnera whi.rh are to be furnished and inst;_Lled by others, is not a pert of this contract. The installation of bolts sLppliod under Project Unit 1 is, however, a part of this contract.) To the Honorable City Council City of 3-n Luis Obispo San L:+is Obispo County, California Cantlem:n: '.]er? ce:5l�tcd as bidder declares that he lase carefully examined the !oce-,ion of the proposed work, the annexed proposed fore cf contract, and the plrnr, and specifientioas therein referred to, and he proposes andagrees if this p::npoml is accepted, that he will contract with the City of San Luis Obispo Ir. the form of the copy of tie contract anncxwid hereto to provide all the esterials, except those npocifically nertioned tc be furnished by the City, necessary iwehinery, tools, arpai�tuff, end otl-er merns of construction and do all the work specified it the certmet in the ^error and ti-e, herein set forth reg1iired for tho construrtior of the Johnson Street Urlerpsss, City Plan No. 7 57 , Project L'ntt 2 and ''roject Unit 3, as shown on the plans and as specified. Const-action shell be in strict conformity with the �;2&na and zpc ificr- tion^, prepared therefor by H. tlsil WErren, Consulting Fnvinoer, Palo Alto, California, and the Public Works Departeunt, City of San Luis Chispo, and dated April., 1957 , coniea of which am on Pile in the Office of the Director o:, Pa�M cr- i'� ka­,_(Tt_y '411, San Luis t'biepo, California, and which plane a.-d specifications airo bereby -e de 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 oblAretions as defined in said specifications for the following prices, to -wit: C.,-6 P H 0 J E C T U N I 'f 2 T A �:9Cdi" Tn 111I1 'MIT PRICU GNIT NO. QUPNTITY UNIT WRITTEN PI ",t RM PRICE TOTAL 1. 835 cubic Structural excavation to yards :nelLee shorint end removal of sheet piling for the lump am of . . . . . . . . . . . . . . . . . . . . . . . . .. 2. 245 cubic Structural hec§:Pill in place yards for the lump sum of . . . . . ., 10 cubl.e Clew "C" conemte baekfill in yards place for the lurp sum of . . . . . . . . . . . . . . . . 4. 3r cubic Class "d" concrete(etructum) yar3c in place for the lump sum of 5• 37.000 Peunds Bar reinforcing steel in place for the lump sum of . . . . . . . . . . . . . . . G. 170 CuLic . . . . . . . . . . . . . . . Filter materiel backf%U in Yards place for the limp smm of . . . . . . .. . . . . . . . . 7. .. Job Finish coat of paint to steel stroetcrer in place for the lump ssm of . . . . . . . . . . . . . . . . . . . . . . . . 'i. 1 Job 'dnterproof membrane and protec- tive covering in place for the lump sum of . . . . . . . . . E.ch Rnllast dock drain complete with da.mspout for the lump sum of . . . . . . . . . . . . . CD-7 N0. CiIP.NTTTY WIT WKITF.1 IN rNI,,W PRICE MIAL lO. 1 Each "mlvoaized pipe guard rail in place for the s,Y,t of . FF.Wi= UNIT 21 TOTAL: P R O J E C T U: I T 3 �^ :('`i .f :.' I U Ew`if— !;i. �UA:ITITY U11T vM17"EN IN .)DiXS P:QCE TOTAL �. 1 Job Clearing and rrubbinF (railroad), for the lump sum o: . . . . . . . i Job . . . . . . . . . . . . . . . . Eartitiork (railroad), for the lumP sum of . . . . . . . . . . 3.. 1 Jo„ _;emolish existing bri;lre abut- ments and vine, Walls for the lump am of . . . . . , . . . . L. Job Enrthwirk (retaining Wall), for the lump sun of S. SO CuW Filter material (retaining wall), yards in olaca for the lump sum of . . . . . . . . . . . . . . . . ,r l.= •�rr!r. . . . . . . . . . . . . . . . . or reinrarcing ateel,(ratsining wail), in place for the luryr ru:r. !, 7" ..',,I;1r v]K 9a "i!" rnr:cretx' nttinln(+ Nalii. In ':2Ce for the aM of . . . ''ur irrh ;u"1 -. 1, nips. aldevel.Y .net q!'Ie"Uraine at . . . . .. . :. . . . . . t>r lin _. CD r TTIT ai`l M�F—_��''r�i�� X. lJA"i^TY UWiT WRITTEN IN JO.UB MICE MAL 9. 9 Lineal Remove P. C. concrete curb feet and gutter at . . . . . - . . . . . . . . . . . per linft 10. 7,A50 cubic Roadway excavation (street) for yards the limp susm of . . . . . . . . . . . . . . . . . . . . . . .. 11. 735 cnbic I. -,ported base materials (street) yards in place for the lump sum of . . . .. . . . . . . . . . . . i2. 963 lin . . . . . . . . . . . . . . . . F. C. concrete curb and gutter feet in place at . . . . . . • . . . . . . . . . . .per linft 13- 5.132 square P. C. concrete sidewalk in place feet at . . . . . . . . . . . . . . . . . . . . . . .per sq ft ti . 313 Thousand Water, furnish and apply at gallons . . . . . . . . . . . . . . . . . .per•thousand gallons 15. 170 Barrels Portland cement, Type II, (treated base), in place at - . . . . . . . . . . . . . . . . . . .per barrel 16. 21671 Square Cmment treatbase material at yards . . . . . . . . . . . . . . . .per sq yd 17• 3 Tons Curing seal, MC - 2, in place at . . . . . . . . . . . . . . . . . . . . . . .per ton 18. 112 cubic Cless "E" concrete, (payment) yards in place at . . . . . . . . . . . . . . . .per cubic yd 19. 21,024 square Plant-nd.x surfacing, three inches feet (3") thick, in place at . . . . . . . . . . . . . . .per e9 ft 20. 3.5 Tina llirh viscosity asphaltic emulsion (seal coat), in place at . . . . . . . . . . . . . . . .per ton CD-9 ITBpi.._AYYxUxle4A NO. iti QUANTITY UNIT WRITTEN Ill WORDS PRICE TOMIL 21. 29 Tone f'�Vsaite Screenings (seal coat), in place at . . . . . . . . . . . . . . . . . . . per too. 22, 18 Tons Plant -mix surfacing (miscellaneous) in place at . . . . . . . . . . . . . . . . . .per ton. 23. 1 Eaa: Junction Rox, Sta. 2+81 left, in place At . . . . . . .............Each. 24. 1 Each Junction £;oxc, Ste. 0+53 left, in Place at ... .. . ......... .. Sack• 25, 2 Each -trap Inlete, Ste, 3+50 left and right, at . . . . . . ... ... . .. ....Each. 26. 1 Each Drop Inlet, Stu. 2+37.5 left, complete In place at . . . . . . . . . . . EeCN• 27. 1 Each crop Inlet, Sta. 2+37.5 right, cmploto in place at . . . . . . . . . . . ?.achy 28. 1 Each Reinforced concrete sidewalk undexdrain, Ste. 4+45.32, right complete, Ll place at . . . . . . . . . . . , Each 29. I Each Non -reinforced concrete headwall, Sta. 1+,R8.4, complete in place of , .. . .. . . . . : .. . 30. 12-2 Lineal Fourteen inch (lit") welded steel Feet pipe, install only at . . . . . . . . . . . . . Per Lin Ft 31. 1c9 Lineal T`enty-four iaoh (240) ftFrau m" Feet or'6mnothflo - C.N.P. install only at . . . . . . . . . . . . . . . . Per Lin Ft ?. l8 Lineal Welve inch (12") C.ti.P., install beet wily at . . . . . . . . . . . .. . . Por Lin rt CD-l0 '1 - XPAUZYNKIr UNIT ITER WYTH MUT PKCS UITITNO. QITAIMTT WRITTEN in WORDS PRICE 70MG 33. 156 Lineal Eighteen lack (1$a) C.H.P. Feet install only at . . . .. . . . . . . . . .Aar Ian Ft 3h. 21; Lineal Twent7-ow inch (21") C.M.P. Feet (rawer) install anly at . . . . . . . . . . . . . .Par Lin Ft 3.. 72 Lineal Twenty-four inch (24") C.M.P. Feet install only at .. . . . . . . .. . . . . .. .. per Idn Pt 36, 1 3nb Cw atrnnt Pomp Pease, metal:. C'.ty itn^nAshed materials, ea+nplote in place for the lump am of . 37, 1 Job Furnish and istall fittings and epaeialc for 10" cast iron pipe waterline the limp aum of :111- 1 Job Constrixot valve vault and install only. a 10. pressure reducing wive, coaple4.e in place for the lump sun of. . . • • 39. 515 Lineal TOM -inch (ID") oast iron, ball and Feet spigot pipe (waterline), install oolp at. .. .. . .. .. . . . • • • • • • . . . . . . .P" Lin Ft 4o. 3 Each 7y=-inch (10") gate valvea, install only, and famish and instell valva boxes at . .. .. .Fact 81, 1 Job Fgrnlah all for, and me all tie-ins to �amaterials 8 vaterls, for the 1 17+17i sum of . .... %2,• . . . . . . . . . . . 1 Sob Furnish labor, egaipMt, chemicals and disinfect x11 cast iron pipe and fittings for the lump s. . un of . . . . . . i.3.. ............. I. I 1 Each Construct Manhole vith metal frame and cover, Sia. 1*%.75 at. . . . , . .. . . . . . . ... . Fach C0.}Z ITEM JITH UNIT PUC-r---Mr- NO. QUANTITY UNIT WRITTEN IN WORDS PRICE TCTAL i;.:... 1 Each Construct I4mhole with metal frarw and cover, Ste. 3+14.25, at . . . . . . . . . . . . . . .,Each 45. 1 Eac', Construct Manhole with metal £rare and cover, Sta. 4+36.75, at . ... . . . . . . . . . . .Each 46. 1 Lach Cmstroct Manhole with metal frame and corer, Eta. 5463.10, at . . . ,. . . . . . . . . . . . .Each 47. 507 Lineal Furnish and install 10" V.C. eeuer Feet line at ,. . . . . . . . . . . .Per Lin Ft. 48. 5L Lineal Fursah and install 100 mechanicrl Feet joint cast iron pipe sewer at ., . . . . . . . . . . . . . .Per Lin Ft. 49. 2 Each Install only monument wells at. . . . . . . . . . . . . . .Each 50. 'j Lineal Planrmiz surfacing curb, at. . Feet . . . . . . . . . . . ,Per Lin Ft„ 51. 4011 Lineal Chain -link fence, four feat (49 Feet hi;h at . . . . . . . . . . . . . . . . . Per Lin Ft. PROJECT U NI ;3 TOTAL $ unt Contractor abai:: be awarded both Project Unit 2 sad Project Unit 3. Eide will be camp3red arl awarded an the basib of the sum fteuve of the total of 2u'-,�ject Gait 2. and the total of Pro act Unit 3, PROJECT MUT 2 TOTAi, PROJECT UNIT 3 TOTAL. L ';OMBIN::D TOTAL OF PROJECT MT 2 and FRCJc;CT UN11 i �....._,.. cn..0 the estimate of contraction quantltiea hcreinbefcrs sot forth is apprMil +c. .;n1 ,, beim, -Ivan es a t,csis for the comparison of bids and the City does not o^ `+^ ispVsatior agree that the ectoal arou t of work will correspond bt'.t rc7crves the. right to ircr-saso Us iocnt of may class of Portion oS nor" or to omit portions of the work me nay be dee-,nd »cessnry or expedient Ls the Engineer. 1,11 bids will T.e caapsred on the basis of the Engineer's estimate of the quantitdcs of the work to be done. 'Mo undersigned has shacked rareb ly all of the above figures and under- etnnds that the City ahal!:sot be responsible for ar{v errors or cid.asiona on the ;s_rt of the undcrsined in making ap this bid, In case of a di:orvponey betwsen words and figures, tho iaords shlvll prcvail. If this proposal shall be accepted and the undersigned shall fail to con- tract as eforassid and to fnr.+ieh bonds as provided in sail specifications with seseti.rs s Ucfaetor� to the City within ten (10) calendar &Q.'s after the bidder ..nte rtcalved notice from amid City that the contract is .ready for simature, the ^ity -.. y, at its option, d�terrd.na that the !,i.dder has abalidoned the contract, and forfr. ',%ry of sso'r1 security accompanying this proposol r,'mll overate aai the cr.nae st:^Zt be t-:v ,property of the. City. EWloecd find corttfied oteckt cesbier's check or bidder bond No. �of the Bank, for �� which �_ tu:t Ieaa than t.en r-rcent c this bid, pn} bY- tic tie Ctiryoan ..— Lais ftdspc and. cthich is Civcn as a guarentse that the undersigned will enter ia?.o the contract if awarded tl,.e work. The undersigned hc.aby certifies that this bid is Conuinc, " not shah r coaasive, or rv-_:de in the interest or in behalf of arq person not herein nand, and t4st the r-oragipnsd has not directly or indirectly induced or solicited any cthcr tidde. to put in a shoo bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any runner sought by c.r3=?nsi.�s to mccure for htmelf an advantsEe aver any other bidder. Zbo City reserves the right to reAoct any and all bids. 11; is agreed that this bid may not be withdrm for a period of thirty (30) days from the opening thereof. tiro terns and conditions of the final contract when executed shall, control and anporarde arythi.ng herein to the contrary or inconsistent with such contract. The na:vt of all persons interested in the foregoing proposal as prinoipsla a:e as £ollowaa CD.13 • r Pi B. If biddor or other interested perenn is a oorporation, state ingai. name of oorT�mticn, 8180 names of the president, secretary, treaeurer, and snseagor "roreof; if a cc -partnership, state true fame of fl-ma, also navies of all individtarl cc-pr:rtrera composing tho firm; if bidder or other irtomAed person f.e err Individual., state first and last ns.ne in full.. LicEased in accor&nce with an act providing for the reW�Uzions of contraotors, License No. Signature of 4idder No7_cr If bidder is a corporation, the legal name of the corporation a'. -all be set forth together With the signature of the officer or efflcero authorized to aigm contracts on behalf of the corporat±on; if bidder is a co -partnership, tl:e true new of the firm ahall be Pet forth above together with the eignatarti of the pertner or partnors autho;7ced to sign contract& in behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. Buaiwas Addrosat Placs of reaidencs: .sated: , 1957. adw BIDDER7S BOND CITY OF SAN UJIS OBISPO CALIBCBNIA F20! All. MEN BY THESE PME-MM, That we, �._._�..._ As PRINCIPAL, and As ?if23TY, nru held and Dirtily bound unto he City of San Luis Ob-'spc, 1,t_re1nai'ier called the City, in tha penal sum of TEN PER JM (10%) OF THE TOTAL .4:'(il.`M1 rT Trfl; DID of the Principal ebmu named, submitted by said Princip 1. tc the City of Sur. Luis Obispo, San Luis Obispo County, California, for Ois work described below, for the payment of which ;:um in lawful money of the United Ststes, well end truly to be made, wo bind ourselves, our helra, executors, adrinlstratorr, and successors, jol�tly and severally, firmly by thoso preoenteo In no case shell2 the liability of the suroty hereundor axceed tlr eue of $ TTM CONDITION OF THI° OBLIGATION IS SUCH, "L.t wherats the Principal her submitted the above -mentioned bid to the city of San Luis Obispo, San. Luiv Obispo County, California, for cortain conctractdon specifically described below, for which bids are to be opened at (Insert place Wra bids will be opened For ,Tnsert "to of bia opening) {':op;• Hero the e'raci dnscrin i.on of work, c uding location) if the aforesaid Pr.:mipal is avardcd tte contract and,, .iviir tt5. time and Tannxr regvlzcd uWer the lwedir�ge "Proposal P.equ9.re- nems and of Ce,ntmet" in the volume containing Gie Contract Doeumts ax SoecitisEtians, of+.:;r the p ncrihed forMs are pre,ented to him for signe- t+;r^_, enters ix:U a iui.tten contract, in the pr*weribed Sots, in accordance with the bid, and files the two bonds with the City, one to gunrs.�tse faithful per- formnnce, and the other to guamitee payment for labor and Tvtc:ials, Be required by law, tin-n thia obligation shell be void, otherwise it shall n�nain in full Some and-*irtue+. In the event suit is brought upon this bred by tre Obligee and judgmant in xc"carered, the Purety- stusll pay all costa incurred by the Otligao in Pooh euit, includSr.0 a reascncble attorney's fee to be fixed by the Courto IN W.'TNESS WNXIEW, We have hereunto set our hands end ceala on day of'� , A. D. 1957. (see'_) inci {seal) {.,.all Surety ROTE- Signatures of those executing for the surety moat be properly selonowledged+ CD-1b ., 11T..11: .,+ 1Nd, i-.31"Ctb1 0'1T1^i J(;;iN�'t STRs1:T UN 01 PAC5. .AND PM=T UIQT 3 i f u I:Oait:l''4d',NT. made and -OW. hided, in duplicate, this day of ,� , she thousand nine hundmd and , betaieon the C.I ty of ..an=Uiae ,ispo; tar Luis Obispo Count , California -party -of the first part, and Contractor, }'arty of the, second part. Ajt1'ICLS 1, Witnesseth, That for and in consideration of the paymenta ant agrevironts herei:w"ter mentioned, to be mad, and performed by the said party cf the i"irnt n=ar2, and Maier the conditions expressed in the tyo bonds, baeri.ra even date with tt:ese presen^;,e; and hereur:W annexed, the said party of ttw secera pert agrees wi'wh the said party of the first part, at his own proper cost and expense, tr do all the work and furnish all the materials, eacept such as are mentioned in the aps^d flcations to be. furnished by said party of the first port. necessary to construct and aampleta in a good workmanlike and suhatantial manner and to the satisfAction of the City of San Luis '-,bispo, the Johnson Street Underpass, City Plan No. 7-$7 , Project Unit 2 one Project Unit 3, in accordance with the specifications the -re or, in the volumo entitled, 'City of Sen Luis Obispo, California, Contract Docrosents and 3pecificatianz for Construction of Johnson Street Underpass, City Flan %. 7_5 , Project Unit 2 and Project Unit 3, dated April. 1957. which said spe'elfications are hereby specifically referred to and oy said re erence .,ado a port hereof. Said work to be done is further sham on plan entitled "Johnson itreet Underpass, City Plan. No. 7.57, Project Unit 2 and Project Unit 3, City of San Luis Obispo, California", which said plans are hereby made a part of this contract. ARTICLE 11. And the said Contractor agrees to receive and accept the follwti„ prides an full canpensatlon 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 apmer ent, also for all loan or damage arising out of the nature of the work aforesaid, or fr..m the action of the elements, or from an,, unforeseen difficult�,es 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 "a- cription connected with the work; also for all expenses incurred by or in eonaequencu of the suspension or discontinuance of work and for well and faithfully completing the work end the whole thereof, in the mariner andaccording to the plans and specif_.ce- %ions, and the mqulrenen.c of the Engineer under them, to-witt U F R 0 J b C T U N I T 2 I I 1D"IN U IF I=PRICE QWS"iI it UNIT WN1TTM li7 5C:40S PRICE 20ThL 1. BS5 cubic Structural excavation to yards include shoring and removal of sheet piling for the lump sum of . . . . . . . . . . . ............... 2. 245 cubic Structural backfill in place yards for the lump sun of . . ;. 1-) cubic . . . . . . . . . . . . . . . Class "C" concrete backfill in yards place for the lump sum of . 4, 3!:`C cubic Class "F." concrete (structure) yards in place for the limp sum of K 17,000 YourWs Par reinforcing atsel in place for the lump a im of .. G« 170 :u::c Filter material backfill in Cards place for the lump sum of . . 7. 1 Job Finish mat of paint to steel structure, in place for the Imp v M of . . . . . . . . . Iq 1 Job Naterproof membrene and protec- tive covering in place for the lwtp sun of . . . . . . . . . 9 .. Each Ballast deck drain complete with downspout, for the Imp sum of . . . . . . . . . . . . CA -1B EN A • C , i —�T TI'FFi U�PT�I✓ICE ��15� _ NO. OtIA`iTITY MT I4RIT1EX IN TORUS _ PRICE 101 1 Each rialvenized pipe guard rail in place for the sun of . PP.OJECT UNIT 2�.� TOTAL: w P R O J E C T U :1 I T 3 1., 1 Job Clearing and grubbing; (railroad), for the lump sum of . . . . . . . . . . . . . . . . . . . . . . . 2 1 Job . . . . . . . . . . . . . . . . Earthwork (railroad), for the lump sum of . . . . . . . . . 3, 1 .�ab uamolish existing, bridge abut- m- nts and wing walls for the lump am of . . . . . . . . . . . . . . . . . . . . . . . . . . lt. i Job Farthwork (retaining wall), for the lump sum of :. 10 Cubic Filter material (retaining wall), yards In place for the lump am of . . . . . . . . . . . . . . . . 6. 1,550 'ounds . . . . . . . . . . . . . . . . liar reinforcing steel,(retaintng wall), in place for the lump sum of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7= 25 Cubic Class "A" concrete (retaining wall), yards in place for the am of . . . . . P..- 96 Lin. Four inch (4") C. I, pipe sidewalk feet underdrains at . . . . . . . . . , . . . . . per lin ft CD �UAId^TY UNIT b1RITTEIh IN dD:11S PRICE TOTAL ). 9 Lineal Remove P.. C. concrete curb feet and gutter at . . . . . . . . . . . . . . . . pex lint i.C. 7,450 cubic Roadway excavation (street) for yams the lump sum of . . . . . . . 11. 735 cubic I. -,ported Save �,aterisls (street) yards in place for the lump sum of . . . .. . . . . . . . . . . . 12, 963 lin . . . . . . . . . . . . . . . . P. C. concrete curb and gutter feet in place at . . . . . •. . . . . . . . . . . .per linft 13. 5,132 square -. C. concrete sidewalk in place feet st . . . . , . . . . . . . . . . . . . .per 4 it' 1, 313 Thousand ',later, furnish erd apply at gallons . . . . . . . . . . . . . . . . . ,per thousand gallons 15. 170 Barrels Portland cement, Type Ii, (treated base), in place at . . . per. barrel 1C•, 2,671 Square Cement treat base material at yards . . . . . . . . . . . .per sq yd 17• 3 Tons Curinp seal, MC - 2, in place at ........... . . . . . . . . . . . . .per ton 18. 112 cubic Class "B" concrete, (T.vement) yards in place at . . . . . . . . . . . . . . . . .per cubic yd 19• 21,024 aoi re Plsnt-mix surfacing, tl ve inches fret (3") thick, in niece at . . . . . . . . . . . . . . . .per aq ft 20., 3.5 Tons 111,4: viscosity asphaltic amuleion (seal coot), in plats at . . . , ...... . .....xr tan CD 40 TM N0. . MT WAITTW IN WORDS PRICE T07AL 21. w4UANTITY 29 tone Granite Screonin&s (seal coat), in place at . . . . . . . . . . . . . . . . . . . . per ton. 22,. 18 Tons Plant-miz surfacing (miscellaneous) in place at . . . . . . . . . . . . . . . . . . . .par ton. 23,. 1 Each Junction Box, Sta. 2+81 left, in place at . . . . . . . . Each. 24, 1 leach Junction Box, Sts. 0+53 left, in place at ... . . . . . I . . . . . . . .. . . Both 25• 2 Each Drop L,lets, Ste. 3+50 left aW right, at . . . . . . . . ....Each. 26.. 1 Each IR•op Inlet, Ste. 2+37.5 left, complete in place at . . Fwb 27. 1 Each Drop Inlet, Ste. 2+37.5 right, complete in piece at . ....Each 28. 1 Each Reinforced concrete sidewalk urde.rdrain, Sta. 4+45.32, right complete, in place at . . . . . . . . .. . . . . . Each 29. 1 Each Nan -reinforced concrete hsctsrall, Sta. 1+88.4, complete in place at . .. . . . . . . . .. . . . . , . . . . . . . . . . 6ach 30, ]42 Linen Fburteen inch (A") welded steel Feet pipe, install only at . . . . . . . . . . . . Per Lin Ft 32. 209 Lineal Twenty-four inch (248) "Freeflw" rest orftDothflw" C.M.P. install on.Ly at . . .. . .. . . . . . . . .. . . . Per Lin Ft 9?- 18 lineal Twelve inch (12") C.N.P., install Feet only at . . . . . . . . . . . . . . Per Lin Pt C2; .22 lrit%< C, 4 'i1Y HRITCEN Zit VkRIS P IGE "YA; 33. 156 Lineal Eighteen inch (16") C.H.P. Feast install only nt . . . . .. . . . . . . . .Per Sin Ft 34• 2u Lineal lkanty-ow inch (21") C.M.P. Feet (taxer) install only at . . . . . . . . . .. . . .Per Lin Pt 3r 72 Urr_tl Twanty-Pour inch (2h") C.N.P. Feet install only at .. . . .. Per Lis Ft 36. 1 Job Construct Ramp House, install City furnished materials, complete in place for the lurep sum of ,. 37- 1 Job Furnish and install fittings and specials for 10" cast iron. pipe tmterl.ire for the l,mmp sum of a .. ;}II, 1 Job Construct valve vault and inetaL onlg, a 10" preseure reducing valve, rom"plete in place for the lump am of. . >9. 515 Lineal 'Pete -inch (10") east iron, bell and Feet spigot pipe (waterline), install only at........... - . . . . . . . . . . . . .Per Lin P 40, 3 loch Ten -inch (101) Bate valves, install only, art:. furnish and install valve bmea at .. . . . . . . , . , . ,Fnah 41.,, 1 Job S)uldrh a17. materials for, and make all tie-ira to existing waterlines, for the ltrp sum of o -. 42. 1 Tot, Purriah labor, ege2pmsAt, chemicalas and 4Uinfset all oaot irrm ptp^ and fittings for tlw 'tumu man of , .. . . .. , , l -=ash Construct ^Isnhole vith mmetal heals and carer, Sta, 1+56.75 at, . . . �.fAA&kk1 rMr A PPROXYM TE— _ N0, ;UANTITI UNIT WRITTKN IN NCW--j PRICE TOTAL h:..+ 1 Each Constroct K=hole with metal frame and cover, 3ta. 3+14,25, at . . . . . . . . . . . , .. . . . . Each 45. 1 Eac:t ronatruct :ianhole with metal frame and cover, Su. 4+36.75, at . . .... . . .. . . . . . . .Each 46. 1 Each CooN,.raot Vanhole with rtal frame and cover, Sta, 5463.10, at . .. . . , . . . . . . . , .Faah 47, 507 Lineal FinaLeh and install 10" C.C. sever Feet line at . . . . . . . . .Prr ISn Ft„ 48. 54 Lineal Fum.ah am] install 10" machanirai Feet J03AI, Chat iron p'iPe Bawer at . . . . . . . . . . . . Per Lin Ft, 44. 2 Each Install only monument wells at,. , . . . .. . . , . . . . . . . ,Each 50, .5 Lineal Flan° mix surfacing curb, at. . Feet . . . , . . . ,Per Lin Ft., 51= 108 Lined Chain -link lone*, Your feet (4•) Feet h_:jh at . + . . , PR6JEC T UNI :3 TOTAL 11 CD - 23 s w, ..s,..:' .:3&oK °dyeve:i?3 Should any dispute arice respecting the true ralae of any work omitted or of ariv antra work which ?he Contractor may be required fo do, or rasIoctinp, the size or , rV 1+ryment to t1i3 Cc_t".rector, during the perfoir�xrce of tkiis :onto c;, said pato chali be decried by tin City Council siA its decision shell, he 'Inal a::d corer'..:n:,vac ATUICEE III -- ?ho said tarty of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materiala anG io do t%he v: rik according to the terms end conditions herein contained and referred to, for the price aforesaid, and hereby contracts to pay the same at the time, in the mnraeer and upon the conditions above set forth; and the said portica for themselves, their heirs, executors, adrinistrators, successors and assigns, do hereby agrer to the fall prrfor.7enco of the covenants hors x.. contained. ARTICLE TV -- It is farther expressly agreed by end between the pert3ae hereto that should there be any conflict betva . the terms of this Instr+nment and the bid or ,rropoeal of said Contractor, then thia fnri:,=cnt shall control vnd nothing herein contained shall be coneideror�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 Cbispc, Ten Dollars (410.00) for each worbnan employed in the execution of the contrart by him or by any ecboontractor, for each calerder caw during which are workman is required or permtttod to labor acre than eijrt (P) hours in violation of the provisions of Article 3, Cbapter 1, Part !, Division 2 of hire Labor Code and all a mxM,.ants thereto. ARTICLE VI -- The Contractor shall forfeit as penalty to the City of San Luis Obispo, Ten Dollars (,0.0.00) for each% alien knowingly employed in the execution of the contract, for eac'i calandar dery 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, aLvieion 2 of the Labor Code, and all ansndceats thereto. ARTICLL, VII -- only such seterials shell be tLed in the perfrsmanee of this contract so confom to the req•Sr momenta of Chapter 4 of Division 5 of Title 1 of the Goverment Code of CaliYornie. ARTICLE VIII -- Reference is hereby :wade to the rate of prevailing wage scale estsbldsh�•i 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 or prevailing wage to be paid workmen on this project. ARTICLE DI -- Reference is hereby mode to Ordinance No. 147, New Series of the City of San Luis Cbia=o, entitled, "An Ordinance Enforcing ?reference.Hr Vie Fplcyment of Resident Laborers Performin, Labor upon Public &rks in the City of San Luis Obispo," applicable to work performed under this contract. IN iJITNFSS WILRXF, the parties to these presenta have hereunto a:,.t td:eir hangs the Year and date first above written. CITI OF SAN L;IIS OEISKr Approved as to forms —".may. :.. ttorney --- -, `contractor ®- 2h LABOR 1.ND V TMIAL BOND KNOW ALL PTER BY TWE FdFSi.NTSt That we, as principal, and as s-vety, are held and firmly bond, unto any and all persona, compariee or corpora- tions who perforce work or labor on, or f mioh materials, proviaione, provender or other supplies, or the use of ITVI mentc or machinery used ar to be used, in the work or improvement hereinafter motioned, in the sun of W ) Do,re, for which payarent, well and truly to be mado, we bindou•ao veal our heirs,1L-exooatore., n.udniatrators, succesaora and asnigna, 40ilttly and aevera73y, firal.y by those pmsenta. SFALID with oar seals and dated this day of , 1957. ME CONDITIONS of this obligation am such List, 41SMS, the above bounden principal has berm, by a resell -lion of the City Council of the City of San Luis Obispo, awarded a eontrect for in said City of San Luis Obispo, is accordance w the :ss and Spec teat oes therefore adopted by the City Counci.i of said City, end the said principcl is about to enter into a contract with the City of San Luis Obispo for the furnishing of the materiels and the dolma of the work in accordance with said plans and specifications. 14OW TR�i&TI)Us if Ua said principal, as such oontractor, or any of subcontractors, shall fail to pay for arty -arterials, Frodisions, Ymvendar � r SrUr supplies or for the use of L�;plwasnts or nzohlnary, used or to to use(', in, upon, for, or about the perform me of said work or for any work or Leber done thereon of any kind, the said surety will pal the sane in an mount not oxceedirq the sum named upon this bond, s reasonable attorneys fee, to be fixed by the Courtj and this bond a:iall inure to the bonefit of aray end all persona, eoApanies and corporations entitled to file claims under the piro lsiona of the Act •+rater which said contract was awarded se aforeseid. (SEAL) EAT.) (SEAL) CD-25 sar.7•ls oiP enttFaxa¢� ) Be Comm OF SA.N IBIS C)Bivb end the surety on the foregoing bond, being duly sworn, each for himself, asysl Mt he is a ras nt and freeholder within the State of California, and that be is worth double the anount named in the £oreming bond as the penalty thereof, over and abovo all his just debts and lfabilitloe, and exolusive of property exempt from execution and F=ed sale. SuGncribed *ad suoru to before me, this 1Yry of. ,1957. otery . lie in and for the County of San Uuis Gbiapo 3tate of Califorrila The above bond and the surety thereon are hereby an., o d this flay of , 1957. yor of the City o. sn -.Zs po The form of the foregoing bond is hereby approved finis clay of , 1957. City Attorney-orth, -City of San Luis ObISPO �;" -26 r WORM WE BOND MY ALL NE^! BY TIUSE PuHEIM: That as principal, and as sureties, are held and firmly bound into the of Sao Luis Unispo, A mu=jpa4 corporation of the State of California, in the penal sum of is i Dollars, for the payment of which, we and t to made, we bind and each of our ::airs, executors and administrators, jointly and severally, firmly by these presents. SFALED AND DATED, this day of , A. D. 19 7. '1119 CONMITI01,15 of this obligation are each that 0.RMAS, the above bounden principal has been, by a resolution of the City of San Luis Obispo, awarded a contract for in said City of San Luis Obispo, in accordance with tho i`ians and Specifications themfore adopted by +he City Comoail of said City and the said principal is about to enter into a contract with the City of San Luis Obispo for the furnish. ing of the materials and the doiM� of the work in aeeor ance with said °lane and Specifications. NOW, 1HFREMKLO if the above bounden prineipal shall, in all particulars, faithfully perform and abide by said contract, and each and every coiditim, covenant and part thereof, then this obligation shall be void) otherwise, it shall romein in Hill force and affect. CD-27 1* STATE CP CI.LTFCPMA ) C(V3TY OF SAI LUIS CBISPC) es and the sureties on the fore;,,oin: bond, being My sworn, each for himelf says; That he is a resident end freeholder within the State of California, and that he is worth double the amount named in the foregoing bond as the penalty thereof, over and above all his just debts and liabilities, exclusive of property exempt from execution and forced sale. (SFAL) (SEPL) Subscribed and sworn to before me this day of , 1957. Notary­TubIE-UFa-n'a for flic County of San Luis Ubispo State Of California The above bond and the sureties thereon are hereby approved, this day of , 1957. City Attorney of the City o. oar uis UMpo CD-28 SECTION 1. MYINITIONS AND TE?QdS 'd:.enevor in these speei;:icatlona or in any of the deennents or isatnurents it -here these specification govern, the following terms or pronmuas in place of them are used, the meaning call be interpreted as followa+ (a) City. -• The City of San Luis Cbiapo, (b) 1,amThe County of San Luis fbispo. (c) Clty Council, Tile City Council of the City of San Lui.e Obispo., (d) En. eer, -- Toe Engynaer 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 then. (e) Bidder. An individual, firm or corporation aobeei tting a proposal for the work cantem-fated. (f) Contractor., -- 'The person, or persons, co -partnership or corporation who have entered into the contract with the City of Sep Luis Obispo, as party or parties of the second part, or hia or their legal representitives (g) PropossL. -- The offer of -he bidder for tie *.cork when mde out and submitted on he prescribed proposal form, properly signed and guaranteed (h) Plans.. -- 'he plane entitled "Johnson Street Under -peon, City T'_An No, ?-57, Project un1E�1 'and Project unit. 3, dated April, 1957• (1) Specifications„ -- The directiM3. provisions and requirements contained in these aped cations< (j) Contract. -- The written agreement covering the performance of the work and the furnishing of labor, materials and equipment in the construction of the work, The contract stall include the notice to the contractors, the proposal, plane and SPUcifies;.icros and the contract bonds; also, any aryl all suitable agreements amemiing or extandixA the work contemplated which my be required to complete the work in a substantial and acceptable manner. (k) StatuiaMS _iflcatione,. -- ihe volume entitled "State oP a:,ifornla, Departmsat of lieA.o darlx,-Divieioa of f(ighways, Standard Speeifications, ^ Bated August 1954. (1) ProJec,t Unit 1. -- The etructural steel portion of the single track railroad bridge, cone-rs—tinr oplate girders, wide ilange deck beans, deck plate, braces, atiffners and fasteners, and the shop and field prime coat shall be furnished and inetalled by othara, Hp6(1.s._4g4..ppTt of ttrie _C0114L9CSe The ir..-*All.atton of all bolts, supplied under Project Unit 1, in part of this contract. Alac, furnishing and application of the final cost of mint on Oie steel structure is a part of this co,itract. 1-i zi .. ,. ..W^�_uiL«vsatlYt� ult+'�, aH'�"taf .a1tiud' MAsu'«Y.sdr t - • 6rt •4°�iavFAil � tlade �if SEC': ION 1. DEM'TITIOM AIM TEItv,S (ti) r roaect Unit 2. -- Project Unit 2 to a cart of this contract_ it imolvea the emstnlotion of the abutments upon which the steel structure, under Project, unit 1, is to rant, (n) Project Unit 3. -- Project Unit 3 is art of this ccctract. It involves ai oeoe-, conatrnr;tion of a atom drainage system, ccnstrw:tion of a retain=o^.g wol , and the relocat-wn of sewer and water lines. ar.", r:nt.. (o) Railroad.. The Southern Pacific Cminany nro/or its personnel. or 1-2 1 SECTION 2 (e) C'ntenta of Proposal Fornm -- Prospective bidders will be furnished with proposal forma which will state the location acid description of the contemplated construction and wilt show the approximate estimate of ;be various quantities and kinds of work to be performed or materials to be furnished, with a schedule of Stews for which bid prices are asked. (b) ApproxiMte Estimate -- The quantities given in the notice to con- trmctcra, propos and ccnt*aet cans are approximate only, being given as a basis for the comparison of b!.&j and the City does not, expressly or by implication, agree that the actual anouni of work will correspond therewith, but reserves the right to inersaao or decrease the amount of any class or portion of the work, or to emit portions of the work, as may be deemed necessary or expedient by the Engineer. (c) Examination of Plans Specifications and Site of Wcrk. -- The bidder shall examine car n y the site of the work contemp ated and s proposal, plans, specifications, and contract forms therefor. It will be assumed that the bidder has imrastigted and is satisfied as to the conditions to be encountered, as to the charactar, Tuality, 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 proposab must be made upon blank forms to be obtained from the Office oche Director of Public Worm in the City Hall or those attached to the specifications. All proposala must give the prices proposed, both in writing and figures, end must be signed by the bidder, with his address. If the proposal is made by an individual, his new and post office address must be shown. If wade by a firm or partnership, ths name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the slate under the laws of which the corporation was chartered End the names, titles, and the business addresses of the president, secretary, and treasurer. (a) Proposal Ouarantee -- All bids shall be presented under sealed cover and shall be accompanied by certified check, cashier'a check, or bidders bond, made payable to the City, in an amount equal to at least ten per cant (10%) of the amount of said bid, and no bid shall be considered unless such certified check, oashier's check, or bidders band is enclosed therewith. (f) Return of Bidders Guaranties -- Within ten (10) daVa after the award of the contract, the City will return the proposal guaranties accompanying suetb of the proposal 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. (g) Public Openini; of Proposals— Propose is will be publicly opened and declared at the time and place lndzcated in ttne— ,Notice to Centractore". Bidders or their authorized agents are invited to be present. 2-1 (n) ttEjee:caon of rro Gals ;Onla i. i:luera dune d•:rasuras or I.•re uiarities. Proposals may ba rejects if they show any alters ens o om, additions not ca ed fx•, cond:_ticnal or alternative bide, incomplete bids, erasures, or irregularities of any kind. No bid will be accepted fror. a Contractor who is not licensed in accordance with the law *liter the provisions of Chapter 791, Statutes of 1929, as amended, or Chaper 37, Statutes of 19398 as amended, or to whom a proposal form has not been issued by the City. The right is reserved to reject any or all proposa:4 or waive any irregulari- ties in the bidding. (i) Award of Contract -- The award of the contract, if it be awarded, will be :fade within thirty days after the opening of the proposals. (j) F-tecution of Contract -- The contract shall be signed by the successful bidder hid 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 considerad binding upon the City until the execution of tie contract. Failure to execute a contract and file acceptable bonds as provided herein witin 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 Botxa -- The Contractor shall furnish two (2) good and sufficient basis to the City. '3e fond shall be in the amount equal to one hundred per cent (100%) of the total contact price for payment of claims for labor and materials, and the cti_er bond in an &mount equal to fifty per cent (50%) of the total contract price for faithful performance. (1) Prosrase Schedule -- The succeseful bidder shall submit a progress schedule. The bidder shall Shaw thereon the time he proposes to occupy in prosecuting, the various major divisions of the work and his proposed sequence of operations. (m) Material and Equipmnent Guaranty -- Eafora any contract is awarded, the bidder may be A iced to urriah 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 deterrdne their quality end fitness for the work. (n) 'norkmen'e Cam nsation Insurance -- Before the contract is entered into, the bidder to mMom it 1a awarded shall h the City, satisfactory proof that he has taken out, for the period covered by the proposed contract, full compensation insurance with an irs•_rence carrier satisfactory to the City, for all persona whom he may employ directly or through sub -contractors in carrying out the work contemplated under this contract, in accordance with the Act of the legialature of the State of California, known as the "Workmen's Compensation, Insurance and Safety Act", aoproved May 26, 1913, and all Acts amndatory or supplemental thereto. Such insurance shall be maintaixod in full force and effect during the period covered by the contract. 2-2 If the Contractor fails to maintain such insurance, the City may take out the compensation insurance to cover any compensation which the City might be liable to pay under the provisions of said Pct, as amended, by reason of an employee of the Contractor being injured or killed, wills nugaged in. the. nxe ution of the work covered by the con- tract, and deduct and retain the amount of the premiums for such insurance from any suns dw 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 from the City unior the provisions of. raid Act, as amended, or for wldch compensation is claimed from the City, the City may retain out of tine suns due the Contractor under this contract, an amount sufficient to cover such compensation, Be fixed by said Act as stranded. Until such compensation is Rid or until it is determined that no compe:toation is due, and if Lhe City is compelled to pry such: compensation, it utll deduct and retain from sucb sumo the amount cc paid. (o) Public Liability Insurance and Property Damage Insurance -- Before the contract is eaters in�o bidder to whom it is awarder shall furnish to the City satisfactory proof that he has taken out for the period covered by the proposed contract, public liability inssanco and property damage insurance with a:: insurance carmar satisfactory to the City under forme satisfactory to the City, to protect the Certrector and the City against arry loss from liability imposed by law for damages, (1) on account of bodily injuries, including death resultin^ therefrom, accidentally 1 ouffarea or ellcgod to hove been suffered by any person or persons not employed by i the �'ontrocto_^that nay be caused directly or indirectly by the performance of the contract, and�2) an account of injury to or destruction of property, including the maaltm t lose a'i use tlnamof, resulting from any act of co=lasiou or omission by the Contractor, or otherwise resulting directly or indirectly from the Contractor's operation in the performance of the contract. Said public liability insurance and property danaZCo insurance shall be raintsined by the Contraotor 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 than ,200,000.00 in one accident, and not leas than $400,000.00 for more thr:n one person injured In one accident, and said property damage :insurance shall be in the amount of not lees than $100,000.00 for any one accident. The Contractor shall file with the City Clerk a certificate evidencing that the City and its officers, agents and employees are included an assured in relation to said project and providing fiat said insurance small not be cancelled until after fifteen (1$) days written notice has bean given to the City of such cancellation. If the Contractor fails to maintain such insurance, the City may take out aceh insurance to cover any damages for the above mentioned classes for which the City might be hold liable on account of the Contractor's fo!.Iure to pay such darwges, and dedixt and retain the amount of the premiums for ouch insurance from any sums due the Contractor under the contract. Nothing herein emtained shall be construed as Limiting in any way the mrtert to which the Contractor map be held responsible for payments of damages ms!nit- ing free his operations. 2-3 SECTION 3. DESCRIPTSON OF WORK (a) Scope of Work. -- The work to be done by the Contractor under this coatrnct -Nall con_,rise the furnish zl- of all labor, methods or processes, tools, equipment and materials, exaopt for those speeifiz. materials listed in Section 10 of those spoci_flca- tions as City furnlshed materials, required to constrict the Johnson Street Urdorikics, sxcopt for Project Unit 1, together with appurtenances and to parfory all vork incYdon- te-1 therato as shown on the plans and/or as specified. Tho work to be done under this contract shall be knows as Project Unit 2 and Project Unit 3. PROJECT UNIT 2 Ine major items of jerk to be done under Project Unit 2 consist essentially of the following: (1) ShorinC trod installation of sheet .piling to protect railroad embankm--nt. (2) Ccnstsaction of reinforced cceureto ebutmjnta for placement of stsel bridge. (Steel structure to be furnished and placed by others) (3) Backfill, within the limits of the structure, of ,elect :ratsrial and crushed rock filter material. P R O J E C T U N I T 3 The major items of work to be done undor Project Unit 3 shall consist oe ontlally of the following, (1) Eailrord carte uork. (2) Canst-Lct=Las of street improvomerta. (3) Relocation of a sanitary sewer lino. M Relocation of a water rain. (5) ConsUa,ction of a storm drainage system. (b) Description. -- Project Unit 2 and Project Unit 3 contracts for the construction or r the Johnson Street Undarpasss with the exception of the materials and lr*or furnished =Ior ?rojecb Caj.t 1, and all railroad earthnork, str-.A reconstruction, stori drain construction, and the relocation of interlines and sewerlineo. Also, Project Unit 2 requires tie icstallation of the bolts imbedded in r.oncreto to supplied sir Project Quit 1. Project Unit 1, contracts for supplying, fabricating and installing. all alp o.tvi :-i et+:el for the s3.agle track raiL•oad bridge L:cluding the data fiir rs,wL-'e fl.'n o t;os:'u;, deck plate, base plates, rocker and stationar,, bearin,Cs and gCna. Also fabricate all. bolts which ore to be inbcdded in concrete- 3-1 .s.az:JlSza, v'8.''+be'�a..__M..:.:,M?iW�.. t d. ...w :.: ,ca,..,sJ fb. a. ,t• .z:.�i SECTION 3. MSC&IPTION OF WORK (c) Materials. -- the list of materials to be furnished by the City of San Luis Obispo is fa on page 10-1 of these specifications.. All other items of material and labor necessary to complete the whole work in a satisfactory and acceptable manner and not specifically referred to in Section 10 or as indicated on plane, shall be understood as furnished by the Contractor. (d) Location Of The Work, -- The work is located in the City of San Luis Obispo, as sbown on the project �Sxe won map and other drawings incorporated in the plans for the work, 7_ g S]:.CKON 4 CONTROL OF TNF WORK (a) Authority of the Engineer -- The Engineer shell decide any and all qua-stions which aisy arise as to the quality or acceptability of materials furnished end work perfora'.ed, and as to the manner of performance and rate of progress of the wor11*; all questions winieh arise ea to the interpretation of the plane nod specification; all questions &a to ihs acceptable fulfillmant of the coatraet on the part of the Coctractor; and all questions as to claims and compensation. The Fogiaaer's decision shall be final and ho shall have executive authority to enforce and make effective such decisions and order: an the Contractor fails to carry out promptly. (b) Plans -- F-ll authorized alterations affecting the requirements and inforratfon given oon the approved plans shall be in writing. No changes shall be .mad& of any plan or drawing after the arms has been approved b,- the Ginineer, except by di.ractton of the Fangineer. Workj:ng drawings or pinnc for any strycture net. included in the clans fury shed by tila Engineer ohall be approved by the Ennine©r before any work iirvclving these plane shall be performed, unless approval be waived in writing by the Engineer, It. is mutually cgreed, fnoaever, that approval by the inngineer of the Con- tractor's wor;.ing plans does not relieve the Contractor of any responsibility for eecnrecy of dimenoians and details, and that the Contractor shall be responsible,. for agnsarsnt end conformity of his drawings with the approved plans and specifications. (e) Conform�ty with Plane and Allowable deviation -- Finished work in all cases shall conform with the ].hasp, grades, areas sections, and dimensions shown on the approved plans, iievintions from the approved plans, as may be required b,: the exSEeicies of con&:auatSon, will be determined in all cases by the Engineer aril authorized in writing. (d) Coorlination of Plans and S oificat3ons -- These specifications, the plates, and all aupp amentary documarts are essential pens of the contract, and a regUrenxmt rccuring 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.. Plana shall ;govern over specifications, special provisions shall govern over both specifications and plans. (a) Into .rotation of Plana and 3Specifications -- Should it appear that the work to be dons, oer arty ratter re atioa thereto S.e 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 explana- tion oe interpretations as port of the contract, as far as may be consistent with the intoht of the original specifications. In the event of doubt or question relative to the true messing of the specifications, reference shall be made to the City Council Whose decision thereon shall be final. 4-1 in " event of an� tiscreiuncy batwean any drawing and two fizu:- waat:::r thereon, the figures shall be taken as Correct. (f) �Su erri_nte�ndenncee -- hhenever the Contractor is not present on any pest of the work %there t— i my be desired to have diracticn, orders will be given by the : ngineer in writing, and shell be received and obeyed by the superintendent or fore- man in charge of the particular work in reference to which orders are given. (g) Linea and Cacadou -- All distances and maasumments are given and will be made on. a horizoatal plane. Glades are given from the top of stakes or nails, unless otherwise noted on the plans. The Cantractor shall rive at least twenty-four (24) hours notice :in writing when he will require the sorvloes of ine Engineer for laying out any portion of the work. The Contractor shall preserve all stakes and points set for lines, grease, or necsuremanta of the work in their proper places until authorised to remove them by the Engineer. All e.-penes incurred in replacing stakes that have been removed without proper euthorit- shall be paid by the Cotntractor. (h) lnsnection. -- 'be Engineer shall at all ties, have access to the work during construction, and shall be furnished with every reasonable £ecili.ty few ascertaining full knowledge respecting the progress, wcrka n. ship, 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 give due notice to the Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. n* iospection of the work shall not relieve the'%ontractor of any of his obligations to fi fill the contract as proscribed. Defective work shell be made good, and unsuitable materia le may be rejected, notwithstanding the fact that suet; defective work and unsuitable materials have been previously overlooked by the Engineer and accepted or estimated for psymerit. (i) Removal of Ibfactive and Unauthorized work -- All work which Is defective in its .;nstruetion or de cient in ariv the requirements of these speci- fications shall be remedied, or removed and replaced by the Contractor in an acceptable manner, and no compensation will be allowed for such correction. Arai work done beyond the lima and fTedea shoran on the Plana or established by the Engineer, or any extra work done without written authority, will be considered as unauthorized and will not be ;aid for. Open failure on the part of the Contractor to coroily forthwith with any order of the Engineer made under the provisions of this article, the Engineer el�all have authority to cause defective work to be remedied, or removed and replaced, and unauthorized work to be m=vad, a-d to deduct the costs thereof from any moneys due, er to become due the Contractor. U-2 0 • . • (j) EYnal Inspection -- Whenever the work provided and ecntemplated by 2ho tContract shall have been satiefactorlly completed and the final cleaning up ;,crformed, the Bngineer will maka the final inspection. (k) ' u1 t -- Equipment not suitable to produce the quality of work required will not be per:Sttad to operate on the project. All ve}drles used to haul materials over existing highways shall be equipped with pneumatic tires. 4-3 SECTIOP 5 2ONTR(1. OF NATEPS?.LS (ai Steles and Tests -- 't the option of the-,ngineer, the sourro of by the 1npinoer before delivery ie L;.formed ,yi- supply of each. of c r tcria a shsll be approved "I�terisls are sad in the work• Reprssertativa prelimirrsr`toto lose started and before such of the charecfer and crolity proucribod sisll be a4'udttcd by the GontrFietor as 1 ary sarples or producer of all raterials to be used in tlic work, for testing or a;cam cation (or desired by the Engineer. *shy en. All. tests of materials furnisho1 by the Contractor eloll be ,rude in accon" i.or's, and s:icY. 3I 1a1 .ic for once with coon=y recogni-,ed otandards of nationalorgani" in thew specifications - �wthads anti tests as are prescribed The Contractor atoll furnish such samples of materials as are requested it has ''� n approrad City, by the Fi>g�neer, without chains. No material shall be used until r tner9r. Se Iples will be secured end teated whenever necessarY to c.etevdis con - ,ioned, by the the quality of msteriel. or (b) Defective Naterials -- All materiels not confon:dnC to the require - materials, 7 manta of these ayes cetio.-(s ehal be considered as defective, and all such be rejected and shall be ranoved Lm^adiately from the City, whether in piece or not, ahall site of the wo^k unlee+thcrvise perrittad by the Engineer. No rejected materiel, Cation the defects of which hove bean mabsequently corrected, shall be used until approved orer, in writing by the Fhrgiraar. a in Labor Upon failure an the part of the Contractor to ccm(1y with any cider of the Engineer =,Is under Lhe 'prcv5sions of this article, the Far,-lneer chall have authority to rv.". ,,o and replace defective material end to deduct the cost of removal and re- City, plscavent from any rioneys due or to became dude the Gontractor under the contract. calendar (c) Store of `'iaterials -- iMtoriala shall be so ston,d as to isreu3•e the e the preservation of air quality and �`itnesa for the work. whoc considered nceessery be by the ErWi-neer, they shall be placed on wooden platforms or other hard, clean our - faces and not on the ground. They sl.e7.1 be placed under cover whsn so directed. Stored materials shall be so located as to facilitate prompt inspection, ,s r to Ls, Mend - tad I or I 5-1 In the case of im;sirad vertical clearance above top of rail, railroad shall have the option of installing tell -tales or other protective devices railroad dae^s necexsan' for protection of railroad trainmen or rail traffic. If the Contractor desires to more his eq,rlpment or materials across rail- road's tracks he shall obtain penrdsas.on from railroad and should it be required the Contractor shall obtain a private crossing agreement. The crossing installation for the use of the Contractor, if required, shall be at the expense, of the Contractor. In advance of any blasting, the Contractor atall notify railroad in order that proper i:1agr.bT. pr-otection may ae provided. The Coniractor stall, upon com::letion of the work covered bythie contract, to be performed by Contractor upon the premises or over or beneath the troOs of railroad, promptly remove from the premises of reflrcad all of Contractor's tools, imglementa and other materials, whether brought u?on said premises by said Contractor or ary subcontractor, employee or agent of Contractor or of any subcontractor, and cai:se said premises to be left in a clean and presentable condition. (c) Yailread Flagmen -- In connection with woric performed at railroad crossings, railroad representatives, conductors, flagman or watchmen, will be pro- viced by railroad to protect its facilities, property and movements of its traiae, or er.,,;inaa, when in the opinion of railroad's representative same is necessary due to the Contractor's ope=iione while working on or adjacent to the ram lroad's property or c f -c!r. The cost of all necessery personnel provided by railroad for the protection of railroad facilities as: trains during the period of use of the tumporon,, grade crossing and during the period of constructing the separation as 6eemed necessary for the protection of railroad facilities and trains, and the coat of installing tell- tales or other protective devices in the case of impaired vertical cleamnca, as above rpocified, shall be borne by the Contractor and sums sufficient to cover the claims based upon bills rendered to the City by railroad for such coats, will be deducted fmro,:a the progress and final pay estimates due the Contractor. 7bc rates of pay of railroad employees customarily called upon to act for the protection of railroad are the railroad rates in effect at the time of the work for the various classes of labor. Compensation insurance, vacation and holiday time, railroad retirement and unemployment taxas, health and welfare, accounting, and billing charges shall be added to the above rates. The Soutiarn Pacific Company will, upon request, furnish prospective bidders with an estimate of the cost of the flagging protection which will be required, but such estimate shall be understood to be approxime to only and no guaranty is made tl,st the total cost of such flagging will not be in exceas of the estimated amount. The determination of the cost of flagging end protective devices to be used as a basis for ui uI. sm.sil be, the reapo,mauiuty o: we prospective ui.,uere. (d) Work by Railroad Company -- The Southern Pacific Company will perform the following work in connection with the constriction of the Johnson Unier}asem 7-2 1. Remove and barricade existing Fairview Pvenua overhead. 2. Furnish and plrce ballast, ties, mil, and other tract: naterIr.1 for relocating main track on enbarilsaant to be constructed by contmetor. 3. %rove existing main track at location of proposed structcre and on either side tt+ereof. 1:. Remove deal of present Johnson Street Underpass above bridge seats. 5. 5sarrsn-o _railroad -owned telephone, telefrmph and sitnal lines rod appurtenances and do any other railroad work thrt may be necesssry in connection frith construction of the underpass. '➢re work by the Railroad Company wiil t.a done by its awn forces snd is act a part of the work under this contract. (a) tenant -- Before doing any work on the railroad property, tie Con- tractor to whom the work. vuy he awarded will be required to execcte an aFroament with the SoutLsm Pacific Company obliratirp the Contractor to provide and keep in full force and ui'fcet until all work reyirad 1.0 be performed with-i:a nr irr.,rdiato:,y adjacent to the railroad property under the terms of said contract betanen rlt�', ani ColArs"lar is completed to satisfaction of City, the insurance called for by fection 4 of those special pm.1sions for the protection of said railroad cmtps Ry . Dopy of proposed form of arreewt is arnexred heretc. (f? inaurance -- "n addition ti say other Iona of insurance or Fonds reTaired urr<lor the term... of the contract anti spoeirications, the Contractor shall furnis;l t'ublic LiablIxty Insurance and Iioport,,- �sFA!v Lir.bility lns a,.ace in f"m o£ the-outhern Pacific Coauporr/, 65 Narket Street, Sari ?rr!?I.aco 5, COlifornia, and wnioh polity or policies of tnsurance shall contain An aneorsement in the form as Such insurancesteal.',. be. r.'-proved as sat:sfactor r by acid ZmV.ern Pacific Company before arty work is p, ri'onaed a: rat iroed or0 arty, and shall be parried until such work under tLe terns of '_oe entract, in sst isi`.rci.mil.y c::mrIet.ed as dr:ter mined by the Rrµpncer, arri th:reaftar witil all tarts, eya:ipaaent an!. rantcrinls have tx�?arr re moved frum Southern Pacific Cm.par:"s property sn.i the premises are ::eft in a clean and pas -eatable cctktition. S;we rrauranee herwiL req,:lrerd shall be „b+aim,(, by Ur uucessfr:'t bidder 311.. :kA u; i,g'nel. and One ce t ^ie: co"'? C,f eaoh }xoiic; bnrtreor„ :=er;'L'rt£ :Ai:apo, +'aj.iforiia::, for all pre+ai.,umv o, ich the nay o, t.l ,.,„ *t.unu:r, rlr .ih<:d .ra.n a'.ail ix, coalsid ..-•t<, ,: <_ ... :r;rp= ai,i-:.1:.. ✓a; :aue x .�, -even ..n t:,. "rfotmed iae;er t,. r.,.. .. or fer e, iitional t•, flow - x'se i �n r,7 fates of rr. (Wr' 7 -11 Fav'96d�F,. n...,.. .,,. x._ ,a ,.%A'-t��,��'.�awsitisiC#@�ti � �"L...�.L ��: �, rm_". *` -"- `••"�'�� RAILROAD PROTECTIVE IDWRANCE ENDORSEIM?r In consideration of the premium charged for the policy of insurance to which t:':ia endoraement is attached, it is farther nnlerstood and agreed as fol_ewer 1.. IA -at :ioutherc Pacific Corhpany hereinafter referred to as the "Insured." 2. That the insurance company hereby agrees to Ws- to and on behalf of the insured a!d inde:mnify the insured arainat+ (A) All loss from the liability imposed upon the inaurel by law for demsres for bodily injuries (including death at any time resulting therefrom, ,3nd including, care end lose of service) suffered or alleged to have been suffered by any person or persons (including, but not limited to, passengers and employees of the insured), caused b;, resulting from or in cry manner connected with the prosecution of the wort hereinafter described; and W All loss from and liability for demege to or loss or destruction of property and lose of use thereof (including, but not llmiied to pro- porty mmod, leaped, occupied or used by, or in the care, custody anti control of the insured or shy employees of the insured), caused by, resulting f)rm or in sap manner connected with the prosecution of the work hereinafter described. 3, The insurance company hereby agreeer (A) To defend iin the name of and on behalf of the insured any s.:it or action brought against the insured seeking damages on account of any such bodily injury or death, or property damage, loss or destruction, even if such suit or action is groundless, false or fraudulent; provided, hot+ever, that the defense of any suit or action (or the(rrosecution of any oubrogation rights) vithin the scope of the covers^e of this policy, shall be handled in cooperation with the insured if the letter so chooses. (G) To pay, irrespective of the limits of liability stated in this endorse- ment, all costs, all premium on attachment and appeal bonds taxed against the insured or required in say such proceedings, all expenses incurred by the insured, end all interest accruing after entry of judgment against each part thereof as shall not be in excess of the .liruts of the insurance company's liability until the insurance company sips paid, tendered or deposited in court the amount of such judgment or such port Ehereof as does not exceed the limits of the insurance company's liability as expressed in this endorsement. 4. Description of the works The insurance conpairy hereby agrees that the work herein referred to shall mean all work and op, rations of the Ccmtractor here- inaft,ir named and its subcontractors, agents and employees, under or in 7-4 10 r] LI connection with City Plan No. 7-57, dated April 12�1_between the City of San Luis Obispo, acting by and through its .lepar�toof Public Jerks# and (name of Contractor) , end any -=Cne manta tJ:e.eof aid sppmenta hereto, for oonetructing Johnson Street Underpass. y. The insuuance eowapmy hereby agrees that all exclusions in the policy of insurance to which this endorsement is attached are hereby deleted, but it is understood and agreed that Cris endorsement does not m ver any liability or loss as a result of bodily injury or death, or property damage or deGtrec- tion; (A) Caused solely by the negligence of ** insured, its agents or e,-apluyses. (B) Suffered by any person or persons, or occasioned to any property, on account of whose injury or death or the damage or destruction of which the insured shall have by agreement or otherwise voluntarily assumed or retained liability which, without such agreement, would not attach, provided, however, thin endorsement shell cover arW liability of the ineurrd arising from or as a pert of any contract for the carriage of persons or property as a cocoon carrier, and any liability as a bailee or otherwise of proper', including rolling stock aru: equipment. E. It is further mderstood and sgreod that when employees of the insured ere leaned or assigned to the Contractor or his subcontractor, to perform work In connection with his operations covered by this endoraensat which 1s not in any way Loa work, business or operation of the trains of the Snsurad, or is not dons under direct control of the insured, and if such employees of the insured are subject to the direction and control of the Contractor, his el,enta, employees or subcontractors, in all .ratters pertaining to their work, then for tl-,e purpose of L:is insurance such employees shall be regarded as employees of the Contractor. 7. 91me limits of Lhe insurance company's liability order ".hie endorsement to the insured are as follows; Each E�B,acc�—h Te on ZFcursnce A ro ate Bodily injurlee and death coverage;-- OWMI. nett applicable Property damage coverage: _------- Not applicable w",200,000. 1500,000. Leductibla clause:--------------- Property damage only. t,'rom the amount of claim far property damage arising from any occurrence covered hereunder, the sum of ZOO shall be deducted and insurance company shall P.e liable only for the amount in excess thereof within the limit of liability stated above, F. A;rytu.ng in the policy to which this endorsement is attached to the contrary notwit.."-standing, eoverer�e provided under this policy is exclizive of any carrier by the insured, and coverages provided under this policy shall be exra+:sted first, notwithstanding the fact that the insured may have other valid and collectible insurance covering the same risk. 7-5 9. gaything in the policy is which this endorsement is attached to the centrary notwithstanding, the policy shell not be cancelled, altered, amended or coverage reduced, without the giving of not lsse than thirty (30) O&'a written notice by the insurance esvapany to thn insured and the City of San Luis Obispo. 10. Liability for payment of preadum under the policy to which this entorae —nt is attached, is solely upon the Contreetor nerved in paragraph h hereof. llo P.n;y of the provisions of the policy to which this endorseatentc is sttscbed, inconaietent with this endorsement are hereby ananded b conform with this andoreaments but, except as hereby modified and supplemented, the provisions Of ttda policy shall be end remain in full force and effect. This endorsement is to be attached to and forms a pert of Policy [io. T issued to Southern Pacific Compegy sad shall become effective on the — day of , 1.957, at the hour designated in said policy. In WITIMSS ;J7iL;tPAF`, thr, Insurance Company has Caused tills endom meet to be sign ad y its presidents but the same shall not be binding upon the ccr..ranp aaeea cauntersirned by its authorised aF',Mt. Countersigned Ry i bLthorised font esident 7-6 MMECUT.TCN AND PROrIMS (a) Sublett'n and tasi¢nment -- The Contractor- shx l give his pzracnal attention m the .: i+ rat o the contract and shall keep the work under his control. 3ubcontractora shall not be recognized as such, and all persons engaged In the work of construction vill be considered as employees of the Contractor, and their work shall be subject to the provisions of the contract acid specifications. Where a portion of the work sublet by the Contrector is not being prosecuted in a manner eatisfaetory to the Engineer, the subcontractor shall be removed ately- on the requisition of the Engineer, and shall not again be employed in the wor!<. The contract may be assigned only upon written consent of the Engineer. (b) Pro s oY the Work and Ti.mo for Completion -- The Contractor will be allowed tan ce slat days a ter the to upon whici 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 tan (10) calendar days following Woe signing of the con�t. The Contractor shall diligently prosecute the work to completion within O working days from the dote of the si,, ing of the contract. (c) Character of Work on -- If any subcontractor or person employed by the Contractor she fail or ro use to carry out the directions of the Fngineer or shall appear to the Engineer to be incompetent or to act in a disorderly or 1m. proper manner, he shall be discharged i:amodietely on the requisition of the inginser, and such person shell not again be employed on the weak. (d) T a 5ua:.ension of the Work -- The Engineer shall have the authority to suspend the wor who ly or n part, for such period as he may deem necessary, due to unsuitable weather, or to such other conditions as are considaxA unfavorable for the sattable prosecution of the work, or for such time as sue may deem necessary, due to the failure on the pert of the Contractor to carry out orders riven, or to perform any provisions of the work. The Contractor shall immediately obey such order of the Foginaer end shall not resmae the work until ordered by the :nglneer in writing. (a) Li uidated LLme •aa -- The Contractor shall complete the work called for under the contract in a. 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 ani daye on which the Contractor is specifically required by the specifications to suspend construction operations; on which the Coptractor is not prevented by inclement weather or conditions resulting immdiately therefrom adverse to the current controlling operation or opc;rations as determined by the Fng user, from proceeding with at least sixty per cent (60%) of the normal labor and equipment Porte engaged an such operation or operations for at least five (5) hours tawred comrletion of such operation or operations. 8..1 =Le rngineur atwali furnish the Contractor a mont44 atatavo:;t chcwir:t; the number of working days charCed to tla contract for thoreceding months the number of working days specified for the completion of the contract, and the number of working days remaining to coon. ate the contract. The Contractor will be allovsd one (1) weak in which to file a written protest setting forth in what respects said monthly statement is incorrect, otherwise the statement ahali be deemed to have been accepted by the Contractor as correct. In case all the work called for umier the contract in all parts and require- ments, 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 end will be i!practicable and extremely difficult to Ascertain and determine the actual dameye which the City will sustain in the event of and by reason d such delay, the Contractor will pay to the City the sum of fifty dollars (w50.00) per day for each end every days' delay in finishing the work in exceas of the number of working days prescribed: and the Contractor shall pay said liquidated damages an herein provided, and in case the same ere not paid, the City may deduct the amount thereof from any moneys due or that may become due the Contractor under this contract. In rase the work called for under the contract is not finished and completed in all puts Fold requirements within the number of working days or not, as may seem best to serve the interest of the City, And if it decides to increeoe the number of workin; dayu, it shell further have the riZht to charge the Contractor and deduct from the final payment for the work all or any part, as it may dean proper, of the actual cost of engineering, inspection, suprsintandence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the poriod 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 com- pletion of the work caused by acts of Cod or of the public enemy, acts of the City, fires, floods, epidemics, quarantine restrictions, strikes, and feight eabargoee, or delays of subcontractors due to such causes, provided, their the Contractor shall matify the ragineor in writing of the causes of delay, within ton (10) days from the beginning of such delay, and the Engineer shall ascertain the facts and the extent of the delay, and his findinga of the facts thereon shell be final aryl conclusive. If the Contractorte delayed by reason of alterations made by the City, or by any act of the engineer, not contemplated by the contract, or if the Contractor Is delayed by roason of the failure of material suppliers to deliver items, vnich are to be City furiiahed, within the specified time limit, 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 coon» pensation for any such delay. (f) Sus melon of the Contract -- If at any time in the opinion of the City, the Contractor has ailed to e-ipply an adequate working force, or material oC proper quality, or has failed in any other respect to prosecute the :cork with the diligence and force specified and intended in and by the torms of the Contract, notdre B-2 thereof in writing will be served upwn h1a, aM should he frglaot or ref+,se to pro- vi.c:e mane for s aetisfactory aampllanee with the contract, a directed by the Engi- neer, within the tivr speei.fiod in such notice, the City in any such case, shn'_1 heve the power to suspend the operation of the contract. Upon receiving notice o£ such suspension, the Contractor shall discontinue the said work or such parts of it as tho City may designsts. Upon auch suspension, the Contractor'e control shall terminate, and thereupon the City or its duly authorized representative msy take possession of all or any part of the Contractor's materiale, tools, equipm nt and appliancea upon the premises, and use the same for the purpose of completi.rg said contract, and hire such force and buy or rent such additional machinery, tools, appliances and equipment, and big such additional materials and aupplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the completion thereof; or ray employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the mterials contracted for, in such manner as the City may demon proper; or the City mny annul and cancel the contract and relet the work or any p-rt thereof. Any axoess cost srinir-u therefrom over and above the contract price will be charged agent the Contractor and his sureties, who A21 be liable therefor. In the event of such suspension, all moneys due the Contractor or retained under the terms of thin contract shall be forfeited to the City, but such forfeiture will not release the Contractor and his sureties r.11 be credited with the amount of nwney ,is forfeited toward any excess of cost over end above the contract price, criairg from the sus- ponsioa of the operationm :f the contract and the completion of the work by the Cii;r c.s above provided, and tho Contractor will be so credited with any surplus remairi;� after all just claims for such completion have been paid. In the determination of the question whether there has been such non- caeplinme with the oontroct as to warrant the suspension or annulment thereof, the decision of the City shall to binding on all parties to the contract. (g) Mfd h__ jt of We -- Ripjnt oY Way for the work to ba constructed will be prow,ded by theity. (h) pSght of "v,'a„y Delays -- If through the failure of the City to acquire right of weir, the on Mtains loss which could not have been avoided by the ;udlcions handling, of forces and plant, there shall be paid to the Contractor such amount, as the Engineer ma- find to be fair and reasonable compensation for such part of the Contractor's actual loco as, in the opinion of the Engineer, use unavoidable. In no case, however, shall sty compensation be made to cover loco of anticipated profits or indirect looser of any kind, and actual lose shall be understood to include no Items other ttan necessary payments for idle time and equipment, cost of extra xvcving of equipment, and coat of longer hauls. If the nerforname of the Contractor's work is delayed as a roe alt of the failure of the City to acquire ri.jrts of way promptly, such dela-va rillbe taken into consideration in the granting, of time exteneiar. 8-3 (i) Suggested Order Of Work. Because of the complicatxl nature of this job and the £act f -thecm.st_uctien steps am interdependent, the following outline is suggested as me means by which the Contractor could procede with the work, STEP I (a) Submit detail of Enact piling installation (b) .Clearing and grubbing, and tree removal (railroad), (e) Railroad eunvation and embankment (d) Roadway slope canting - Ste. 2+64 to Sta. 4*00 Ri.gbt,. STEP II (a) Sheet piling anti ebubnent struture excavation, forming and concrete placement. (b) Pump house excavation sad sorrrete placom�r.t. STEP III (a) Install see•er main and construct menholas, Sta 0+00 to Sta 2'90; and frm Ste 2+96 to Ste 5+63 au (b) Install. water :zin and construct valve vault, Johnson Street to Easterly S.P.R.R. At.bt-of-worm �)}c) Install gravity drain system from St, 1+69 to Drop Inlet "P". ld) Install 12" gravity :Line and construct headwall "F". (4) Install Ik" discharge line from Ste 0+74.7 to pomp house "E". STEP IV (a.) Cvaunlete naderpass abutments, paint steel railroad bridge otructure, and place uaterpreof rembriae end protective covering., (b) To be done by others .. place ant of ballast, track maliginment and trans- fer of train traffic to new aligment. STEP V la) Complete sever main installation, (b) ➢c.molish existing atructure. STEP VI ((a) Rooduay and retaining well excavation- ') Construct mt ininr wall, (e) Completion of all drainage inatallatiors - junction boxes, drop inleta, eta. STEP VII (a) Construct cirb and gutter and sidewalk, STEP VIII (a) Place, compact, and cement treat imported base material, STEP II (a) Construct P.C. concrete pavement. (Class "A") (b) Cleanup end miscellaneoue work. SM I (a) Curing seal, AC-2 (b) Paving - three inches plant -mix surfacing. (c) lr.stall valve wells, install nonv-,ent wells, place manhole cover on (d) junct_on box. (d) Apply seal neat STEP XI (a) Completo job for acceptance. BJt SECTION 9 M9 YSURF1'f W 10 ?A:e MEM (a) Chance Order-s for lck:itioral or emitted <iork FsVriaarts. :'he City may :-e,nire Chances in, acv'�%'ions toor —,ediu lions mn -e tar�'to be perfcrmd er the raterials to be Purnisl:;,d p::-suart to the provirions of the Contract documents. Adjustment, i c:,y, to the aie,mt due the Contractor by reason r of any such change, addition, or deduction, snnll be deterrdned by applying the anproprinte unit pi-ico stip!aoted tlereforein the contract., or 4-f ro unit price is prm--ded t;ir.rain to cover such change, nddi.tior, or doducticn, Cher, the adjustment to the amount clue the Co,itrsctae shall be de'eriined b• an eccept,ble lump s,,m or unit nrdce crcposal fray the Contractor. acopt in the case of onttted work, s:. Cold t.�- imp sum or unit price propcoal from the Contractor be unacceptable to the Cii,y, than the Contractor shall, if so instr:+eted by the Engineer, proceed with such work provided in the change order and Ad us+rent to t" e amount due the C..,ntrictor shall be deter-i.ned by force arcou_it as hereinafter provided. No extra !soil: shall be performed or change made unless ir. of a riti.an crier from wne City stating th. t thgfixtre or change is authorized, ar:! +i•> elai-o for additional pki7:cnt shall be valid unless so ordered. lao Con•2rccto;• shall, :lion so ordered by the City, f1um1.ah an itea+zed bree down of the quantities nnl nricon used in eaaputing Vie val+:,e of a'I ch:aaFe Viet might be ordered. (b) Force--^ccount rlork. -- 1he am -ant die the Cortractor due to a charge order on i force account basis shall be based on the actual cr;st of all material, labor and rented equipment furnished by him as sham by his aid vouc`^.ers, pluc fifteen prrcent (15;:.}, provided, however, that the City reeerves tl.e .fight tp furnish such �:teriils required as it deems expedient, end the Contractor shall have no Clair, for orvfi on the coat of such materials. For the use of the equipmnt owned by the Contractor, the cost thereof sluell he based on the current prices preva'_ling in the locality, which shall he c beer pre%,�_onaly deterrined and agreed upon in writing by the k rpineer anri by the Contractar, plus :fifteen percent (151. In addition to the actual cost of labor, the amount due the Contractor shall include the coat of canpensatioc insurance, contributions lade to the State re re- quired by the provis+ons of the Jnem)loyment Aeserve ..et Chapter 352, statutes of 1935, as mo:idedp and for taxes paid the dederal %ovemment, as required by the Social Security act, a proved Aucnu;t 1h. 1935 sa amended. The fifteen percent (15;') in addition to the actual cost of all nateriel, labor, and rented equipmant, no heroin provided, shall include Rill allowance to the Contractor for overnead premiums paid on any other ::assurance of any i ture which the Contractor may be required to c'.r.'y or which he nay elect 'b carry] and for additional preen. ur.+s paid on faiti:fel psr- fnr...nnec and labor end m.teriol bonds required by reesor, of increase in the a.no•mt of w,oA to be perforaed over and above that called l'or in the original contract. 9-i isAk.- A11. force acoo.znt. <!ork shall be adjusted doily upvi report ahoote, S:raisbed by the ZagAnftr to the Contractor and sinned by both parties, which dail;r r-�;'aort sheets et;n'l t..._^,-r"ter be conridered the t,ue record of force recoint word: done. (c) :•o_ as rsrroents -- 1'14 City shall, once Jr, each :*.>.nth, oa,.we, an ee t3.7,r ,,,c irr o!ritlne to F s,'e the Engineer of the total waoont a- won}: dorm and neacptabl� mat.c-r;.als fnr_iiehed are delivered by the Contractor on t?:e 'round e_nd not 'iced, to to -me of such estimstc, and the value therecf. The City Abell retain tea arcen:(10%) of such estimated value of the work done ens,. Sifty percent (50%) Of the value of the materiels so estimated to have b3en fszvrished end dalivcrad and ru need 2s cforesaid as part security for the fulfillment of the co.,"-rsct by tlxv Cmr tract;r, an..' shod :pay monthly to the Contractor, while carrying an ihC :toxi^, the hairnce notxvtainne:d as a£c.eseld, after deduetir4, t'rereikom all pzw..1ods ,,e;;mente sM e.?.:inns to to kept or rntaired under the provisions of the contract. 'o s,xch aetir,zte or raraent shall ba required to be mada, ahem, in the 5aag.aerrt of the Nnf;inoer, lie warl, is not proceeding in aeeordanee with the provisicrr of the contract, or when ir. his „, d*asnt the total t^slte of the work dare since tha Last estimate mounts to less t:^.;:n five hundred dollars ($500.00). ':lictin ton (10) d.C✓s after the award of the contrsct, cnccessf Li Contracv: r shall it'1 :.ish the Lh .netr: c. dotailad broalalown of his bid vl,ioh m ±,e eseo at the diseratLrei of the n;;i:ncer in preps ..ng monthly wtirnetes. (a) ki:zrl, 2awwnt -- :c n; .naer, shall after the cam-1. tion o `e c;v.- t,vat, itata f,.ncl est r,.ca ci tae a.iount. of vork done thereunror, and tllr value of errl: ucrz?y rnd the City shall pay the entire amp so found to be dus rfter dcrltact- Sng ther01.'r , all preYi.ocn p.a;,senta and all amounts to be lz,Pt am ,U av,o,xnt ',a tr retained raxd3r the rrovi.sions of t.hs e<mtravt. f.11 prior partial est.nates and pay. Monts al -a!" �r sr:b�ect to oorre-ati.on ir. t!a rY.nal estimates and pry'.ert. The f+na'. ra m rf ;:a11 rai be duo nnd ,rk.ycbly until the expiration of t_rr ;,ve k,15) da^'a fron the date of ecr,.entince of the work by the CitJ Counoil. -'. is ^utually agreed between the parties to tie contract that ro certii`_- o.^.'tc rLver nr pa;clsntc Wade tinder the contract, c.cept tie final certi£icste or '.,.._. p^N-.e --tit... e: all ce c�sclosire trAdence of the performance of the contract, at :7cr wboLty c • tr. rE rt, against any claim of the party of the first Dart, and no ;rr -'.rant e'­mll `s c;,,•:aLnaed to b, e.,- aceaptance of spy defective work or i giropur r_aterials. 71r Cor.brecter furt1her agrees that the payment of the final am=I., due under the contract,, and the adjustment and psy^ent for any work done in accordar:ca „ith »:y- rlteratima of the same shall release the City and the sn,.ineer fxrr arrt end all chins or liability on account of work performed umlter the controct or a: y elterxtior.; -thereof. (�) ':evsur msnt of-.luentitiev -- All work completed iWer the contract small. i,e _%tnaarR y the Qiginecr aceorvinp to the �nit.ed Stetas Stu bard �Ivasurs. hens to be ;raid for shell consist of those as contracted for and %tiefartorily in lace. -2 If, S,ab:: i'l-P : ut,11,�at+ors -- Contract prises shall i mlx to f',i+.1. cc,:n^=.nsc.. tr. n "_'or all + .c o" M .::-Cris exceat as specifi.cal7,t ^.rir^ n c ::;?S, a"e vork mgpd .; cr a .?.eta the ccev;traetion of t*e plans in c m• -:ice 'i,.^ theec. =+ec:tSY- c?tiens snd in cn+.:plete c;`:ler for use. (0 contract i'r'.cas -- -_xcept is specifically nrcvided a :nererisc in t'!e plena and in tress apecii c L nns, the co.^.trnet unit ;alter �;er iten, s"all inelue?e fall :cnaenncti:m ::^or .thrcisUn€ all labor, mnteriala, tools, anel ega;i?uxnt arc doin? all The a-;rrlc re?nired to complete the Johnsan Street vnder;.rns, C;.t7, lan iio. i->7, Pro -unit 3 9.d Project unit 3, `-A a satisfactory :canner to the exrcnt sho:ar. in the ,AAno and in ncoordanee with these specification. 1-11 rxteriels, tools, egnipmcnt and labor :.at speciiicd herein to be rro- vided V i;1ty, and for which a unit price has not been iaclu,:ad in the proposcl, �c :.`:_.ch is. :ogatred to complete the Jol"on Street Gaderpses, City Plan lju. .`"rajcct 4dt, 2 and "roject Unit 3, in a satisfactory manner U.a the extent s;:rnm on An accordmxe with these specifications, shall be ecusidered es su^ei- Jisr,, of the Contractor for which payaent is included in the mriova Ste-c of t`,_, ro;esal nod nc additional allowance rri13be made therefore. 9-3 3=109 10. MATMIAW PWJWf M= 2 a0d MCA= W= 3 The Contractor atoll furnish for use under theve special pravi�lons all materials required to complete the attached contract except for any materials listed as City F'urrAsbed Materials. PROJECT UNIT 2 City Furnished Materials None to be furnished by City miler Project Cott 2. ehOJT'= UITIT 3 City Furnished Materials 515 lineal feet of Ion east iron bell and spigot pipe. One- 10" pressure reducing valve. Three- 10" gate valves. Tw couplets pwV units with all piping, valves and m J olding. excluding than taper fitting ene electn•loal control panel. sae - 100 amp Industrial circuit breaker. Two _ 4 polep 30 asp, plugs and raceptacles. clue conplete water level control electrode unit and stilling tube. :40tor lead cables. Lit lineal feet of W welded steel pipe. 209 lineal feet of 24" "Froeflow" or•9moothClow" C.M.P. 18 lineal feet of 12" C.M.P. 156 lineal feet of 18" C.M.P. 24 lineal feet of 21" C.M.P. 72 lineal feet of 24e C.M.P. '0 i i =I(* U. K=UAMMM lnW3 PROJWT MT 2 and PBG= Mrr 3 1. MR05AL of EM SS MAT`RIAG It so estimated that in order to complete the work, there will be apprmtLnately 8,750 cubic yards of se_rthwork material to be disposed of. Thin material Sba`l be placed at the edAposal sites indicated an the eMtoh, pate 1W (seat P"), and no overhaul vial be paid for gmmtitdae involved. Material placed at the disposal sites need not be watered and compacted, but shall be placed to Base and grades or An sort manner as directed by the Engineer. Classification of the iavtaral placed at the sites shall be doeignated and approvad by the Zaj near. 2. LhM,.ATORT RESU),TS OR EXISTIM MATERIAL Laboratory testa conducted by tads office, on material taken from sta. 3.5o wht, indicated thit the material excavated from this site can be used for railroad embankmAt$ railrczd select sub base material, roadway base material, and cameut treated base material. If, upon furtber exosvation, the matarla continues to give favorable teat results, it may be used for the purposes harem tndleaW. 3. OS2:&ldat NVISs (a) ?om-ur Line, — The power line along the east side of the railroc i till be moved by atbara to the west aide of the tracke prior to the oomamm"ment of eartlwork by the ContreotAr. (b) P�,�. --- the Fairview overhead structure will be removed by otters prior to t ar earttmork by the Contractor. ]l-1 y ;�3R14 f4pAy.� x'CL r ��•J'i a a" - r > •r i � b Q ' 11-3 =TICK 12 COfAT�HItCT14N DMILS (CETML] pRogas UNIT 2 & 3 Attention is directed to the yrarieiors of Section 4, "Control of 1aterials" of the Standarmi SpecifUctiom. i. TRArm 2" Cmtreetor will be required to provide far the passage of traffic through the weak at all umDe except for the time regaiTed for the desolitien of the existing ostructure, and for the t4r.w f rara,lsoad Sn"Alaeent oonstrmtiaaand street arm trvstion. ed to close tho roadw.7 to traffic fee' tiro pnrpnae 60hen in the opinion of the tnglnesr, the progreea of the rrrk will be materially' aided without utdne detriaant to traffic be may peralt the contractor to barricade the street during the working day- Specitia peredSaiar moat be granted daily pedestrian traffic must be permitted through the wo'k At all times. Tgm Contractor shall, have the responsibility of providing Suitable barricades, lights or warning devices as ma be required for the protection of the public, as required !A Section 7, Prtic]c f) of the StaraLrd, Specifications. 2. POBL20 Lrr=Tln ?At Contractor shall determine the 7rada end/or the location of all public utility focilitlee tech ae telephone polea, power polrsy pas 11ne3, nmdorl-r,�aid conduit, etc., and Shall go eandect the work at all times to prevent damage to, or interruption Of service by said uUUtiee. 3. MST1110 UN jWV UND L'!.'FDVEMM The Contractor's attention is directed to possible existence of pipe or other underground lagnvveseate which say or may not be abaft on the Alerts. AU precautions shall be taken to preserve and protect any auth improvemsnts whether Shown on the plans or not. 4. sA:.vaas All materials, which hive salvage valaev that are obtained .ram existing improvo- ments and are no: to be used in the work shall be delivered to City of San Luis Wiapc Sever Farm, the Santa Barbars Streat lard or other point an designated by the Engineer. 5. jMTUND rEVXMT a. %terial "Type 11" cearent shall be used throughout the work to be done under these specifications. All cement to be need in the Mrk to be done under these apecifications shall not ocntain ricre 'hen 0.6 percent alkali{ and no R('At.innel campensstion e1a11 be Lnde for V% use of such ceman'. i 12-1 SEC: ON 32. CONSTI ;CTION 1=113 (OMMU) Y'RO=T9 UNIT 2 & 3 6. BAR RMUDWIM STEM Bar reinforcing stool shall oonfoxm io the requirements of Section 28 of the Standard Specificatiorm except an may ho modified in the follmdng construction detaiia, 12. 2 CO:STMCTI0N ➢LTAIIS FOR THE CONSTRUCTION OF BRIDGE ABUTMMS P R O J E C T U N I T N 0. 2 OF CITY MU NO. 7-57 J01MCN STREET UNDERPASS ITE9 PAGE NO. 1. CLEARING AND GRUBBING . . . . . . . . . . . . . . . . 12-4 2. SRMET PILED BULKHEAD 12-4 3. EARTHWORK . . . . . . . . . . . . . . . . . . . . . . 12-4 4. CuNCRETE RKMAL . . . . . . . . . . . . . . . . . . 12-5 6. PORTLND CEMENT CONCRETE . . . . . . . . . . . . . . 12-5 6. BAR REINFORCING STEEL . . . . . . . . . . . . . . . . 12-6 7. Fs.LTER IATERIAL . . . . . . . .. . . . . . . . . . 12-7 B. GUARD RAIL . . . . . . . . . . . . . . . . . . . . . . 12-8 9. BALLAST DECK DRAIN . . . . . . . . . . . . . . . . . 12-8 10. WATERPROOFIM AND COVER . . . . . . . . . . . . . . . 12-9 11. MOT (FINAL COAT) . . . . . . . . . . . . . . . . . 12-1D 12-3 o-i=1011 12. CtYd3TRUCTTUN LEUTIS (BRIWE LBUT 47S) PrirdECT TNIT 2 1. CLIARINC tm) GRUBBING Prior to commencing construction operations, all gross, weeds, and other vegetable natter shall be rammed from the construction area irr accordance with the provisions of Section 11 of the Standard Spoeifisatione, and fall compensation for the work in- volved shall be Considered an included in the contract unit prices Paid for the other item of work. SMW PILED BUIZRW D As soon as possible after award of the contract the Cautreetor shall sutait. two caprice of the cosmlots design and construction details of shsat steel piling, voters, and supports, to the City Engineer, for transmittal to the Southern Pacific Cony for their approval prior to eTwzIenciag work. The Southern Yaci.fic Company shall, if necessary, require modification to said piling where in the opinion of said company, s•.mh piling, welers or supports are inadequate for safe operation of railroad equipment, Full Compensation for furbishing, inetaltine and removing the sheet piled bulk- head shall be Considered as inaluded in the loop aum price paid for Structural bwava- tion and no additiaael allowance will be paid therefor. 3. IA RTUMR& The earthwork involved shall Conform to the applicable provisions of Section 13 of the Standard Specifications, these special provisions, and the reqLd.resanU sham on the plans. b. Imported Bowe Material The rontrrotor shall fairish and place all material required for backfill and embankment to the lines and grOMe above an the plans. Required imported base met,nisi shall be of satisfactory miss end quality for the purpose intended. It my be ^dscompceed granite" or other suitable grwrmlar material available from approved sources in the area. C. Measurement and Payment Barthsent will be paid for on the tads of a 1=9 sea price therefor. It is the intent, and it is hereby amtually agreed, that said IOW am payment shall be, without further measurements payment for all earthwork involved unless alterations in work are ordered in writing b7 the FOP4rrar. The quantities shown in the ■ZUwer's estimate shall be considered as appro- ximate only and no gearentse is made that the quantities required to oasplate the work will equal those estimated. If no alterations; are made in the work, no allowance will be made in the event tchnt the actual quantities do not equal quantities chows in i'r� estimate. 12.4 SSCTION 12. CONSTRUCTION DETAILS (BRIDGE FBUTd@:NTS) PROJECT UNIT 2 The Imp cum price paid for the earthwork shall include full compansatim for furnishing all labor, materials, tools and equipment, and for doing all work iri_. volved in excavation, beckfill, embankment constriction, canpectim, furnishing imiwrted borrow, and all other work incidental thereto required to complete the earthwork in a satisfactory manner, all in compliance with the plane and specifications for the work. 4. CONCRM R6OVAL Removal of concrete or stone mssonry shall conform to Section In of the Standard Specifications. Section 10, article (d) of the Stmrrierd Specificatime shall include the renoval of stone structures. Broken concrete or stone ehaM be deposited at loca- tions on the work designated by the Engineer and material not regoired for the work shall be salvaged and deposited at such locations as ere designated by the ingineer. CAI omnpensation for the work involved in removing and disposing of concrete or stone in conjunction with the construction of the abutments and sidewalls shell be considered as included in the coutmct price paid for the var.'_ous items of contract work. 5. PORT7AND MINT CONCRETE a. Material and Finish Portland cement concrete construction aixill conform to the requirements of Sections 26 and 27 of the Standard Sr�cci£ications, except as herein modified. Concrete used in curbs, gutters, and sidewalks shall be class "B" concrete; concrete used for fill under North abutment shall be class "C", and all other con- crete shall be class "A". Forme used in the exposed areas of the abutments shall be of plywood in lieu of surfaced lumber and as pc Section 27, article (d) of the standard Specifications. Surface finishing shall be in acoordaooe with Section 27, article (t) for Mass 1 surface finish. b. Payment All concrete involved in the construction of the abutments and aide walls will be paid on the basis of a Imp aum price for close "A" concrete abutments and side wells ( OD - cubic yards). All concrete involved in the constriction of the concrete bed• fill will be paid on the basis of a lmn sum price for Class "C" concrete beckfill ( 10 cubic yards). It is hereby mutually agreed that the lump sum payment shall be in effect, with- out further maasurmmnt, payment on a unit basis for the quantity shown unless alters- ticn in the work are ordered by the Engineer. 12-5 SECTION- 12 G0MTZGTIW ZZ IW (Bj¢il0E ABU2lffiM PRWWT UNIT 2 The quantity shoo for the i'.nra shall be toraldered ae apprordmaia only and no guarantee is made that the quantity 1idsh can be determined by Conpntstions, based an the details and dimensions aborn on the plebs, 1411. equal the quantity shown for the itm. If no slterationa are made in the work. no allowance will be made in the event that the quantity based On omputstiOns does not equal the quantity ehoan for the item. If alterations not involving changes in the cbarnoter Of the walk result in an ineresse or decrease in the gaantity of concrete, and such increase or decrease is ten Pcrceat (IM or less of the quantiV sham for the item, the Imrp sums pyvtsent shall be adjunted. The cold adjustment in Pa"neat will be grplied only to the qumti t' of concrete involved in the increase or decrease and will be based. on the the o=etiaal unit win babe m ined &dividing in C�aracfiann vith such increases or bid decreases, (�O additional The Erpginaer will dater-dna the mount of such increase& or decreases and his decision shal be final and comLmive betwoen the parties - If than alterations iarolve a change in the oherrctar of *,be vark, or result in an increase or decrease in the quantity of Concrete Of more than ten percent (10%) of the quantity shown for the its;, the provisions of Section it, article sub"' article (1) of avid article (a) shall be euperaeded by the above epa0lf The lump ew prise paid far clean "A" Concrete abutments and sidswaL's 000 cubic yards), unrl the ltm¢ Ma Price paid for class "0" canOrLe backfill ( 10 e yards) si :.rn,i�.k "all comperma+dcn ibr fYuvdeldug all Lbar,� concteriarete obuUaeme and e.,uip� nt, and doing o1 ". the work involved is OOostrua� and side"elne, and pjwU4 the concrete backfill AS shown ee the plea and as specified steels, including all placingaofitem bar reinforcing steal rithe ll be paddfor as provided bar reinforcing steel. Furnishing and placing hereinafter in these special Provisions- 6. BAB IMVWOACIM STEM a. Materials Aar reinforcing steal stall oonfone to the requueaments of Section 26, Of the Standard Spsoifications, except as herein modified. In lieu of the requirements specified in the first psrsgreph under article (b) and (1) of the above section, all her reinforcing steel stall be intermediate grade Billet -Steel Bars. Four copies of an reinforcing steal lists shall be finished inntesd of two, as requi.recl by article (a), Section 26 a tls Stsnlsrd Spenificetione. 12.6 SEcTkou 12. CUNS'nw.no; DETAILS ognax AmTHF,m) FwJWT urin 'L b, ; aymont All bar reinfbxoing steel involved in the construction of the abutments mod sidewalk will be paid for on the basis of a lwaodn am price for bar reinforcing ai�al (abutments and eldevalie) { 3LM Pounds). It is beraby mutually agreed that the Nair sa paymot shall be in effect, without fsrtohnr measurement, payment on a unit basis for the quantity shown for the item unless alterations in the work are ordered by the Naginser. The quantity shown for the item shall be considered as approximate only and no guarantee is made that the quantity which can be determlmd by computational based on the details and dimensions as shown on the plans, will. equal $we quantity sham for the item. If no alterations are made In the work, no allowenoe will be made in the event thet the quantity based an amputations does not equal the quantity shown for the Item. if alterations not involving abrnpoe in the character of the work result in an inoresse or dooreeso in tux+ quantity of reinforcing steel and each increase or doeresee is ton pereem (10%) or less of the quantity show far the item, the lump am palamnt will be adjusted. The sold adjustment in payment will be a[plied only to the gnertity, of rainfacingeteal Involved in the increase or decrease and will be based upon a theoretical unit price daterained by dividing the Oomtraetorws lump am price by _ 3. So additional compensation will be made in connection with such Inomases or aseresses. The Engineer will determine the asoaat Of Such Insrsaeee or decreases earl his decision shall be final and ooncluaive botmain the parties. If the altervti= involve a change in the character of the work, or result in an imr<mse or dscreaue in the gmntity of reinforcing steel of more then tea r�smeat (10.) of the gnentity shown for the item, the rvvisions of Seortion h, article (o), srbarticle (2), of the Standard Specification® shall prevail, but the provisions of subarticle (1) of said article (c) shall be saparceded by the above specifications. The Imp sun price paid for bar reirSoroing steel (abutments and eidswalle) (..2Z,_000 _ ads) shall include full compensation for furnishing all labor, ;ateriels, tools afif e—qu {went, and for doing all work involved in furnishing and Placing the her teinforcin� iteel involved in constructing, the abutments and siAlasalla, oomplete in place as shown on the plans are specified herein, Including the furnishing all tie wires and supporting devices involved. 1. k'ILTER TU.TERIAL Filter rr+terlel shall consist of clams, coarse sand and gravel or mooned e. t.ona conformi.:,,T to +he provision of Section 49 of the Standard Specification, for type +. s1:a11 be placed on the *or*! fade of the abutments as shown w) "he plans. 12-7 ;.YCTION 12. WM7RUCTION BETA W (BRL;GE ADM, FTM) PR04WT s2IT 2 Nurnishiaf; and placing of the filter material will be poid for on the basis of a lump awn price bid therefore, which price end W ment shall include f::ll compensation for furnishing all labor, materialo, tools and equipment and doing all the work con- nected therewith. 9. GUIIM r7AIL a. .material end Construction Aetal guard railing sha71 conform to and be constructed in accordance with Plana and details. Railing shall be galveniaed in accordance with Section 311 Chapter III, article (bb) of the Standard Specifications. Your copies of shop details shall be submitted to the Engineer for approval prior to fabrication. b. Payment Pa;,nant for the railing, complete ani in Fl.ace shall he made on the lump sum basis. 9. BALIAS7 i)i>ti7d B[NIN AND LIDMPOUT a. Ccneral A drain pipe shall be installed along the North end of the ballast deck as shown on the plan=.. Weep hole openings shall be left in the face of the abutaente as ahem on t`w Maria. The openinps shall be of sufficient diameter to allow insertion of a 4 inah diameter pipe with a miaLnum of 1 1/2" clearance all the way around cir- cumferenee of papa for dry -packing. b. Material The drainage pick-up pipe stall be perforated, 6 itch diameter, 12 gsi,a, glevanised corrupted metal pipe. The downspout and sidewalk underdraln shell be fabricated froa 4 inch diameter, bell spigot aaet-iron pipe with appropriate cast iron pipe fittings. The emr» tlon between the C. M. P. pick-up pipe and the downspout shall be subject to the a pmval of the DWInear. C. Payment The ballast deek drain and downspout stall be paid for on a lump am basis. The Lamp awn price paid for the drain and downspout shall be c'naidered to include full compensation for furnishiuR all material, labor, b ols and equipment and doing all the work involved in eonstrubting and installing the drain as shown on the Plana. 12-8 sF.CTxOW xi. WiSl7ttIC3'IJti tL8tiL4 (Bigms AnT'isn's) PtDJX7' uvil 2 Fall compensation for constructing the vosphole openings shall be considered as included in the lump am price paid for aoosrete abutments. 10. Ua TrAPR00F Mi 6 tr^J COM a. General YAambrane waterproofing and protective covering stall be furnished and instal lad in accordance with the details shown on the plane and as specified herein. Membrane watertaoofing Shall conform to the requirements of Section 29 of the Standard Specifications as herein modified, in liar of the requiremnts of article (a) of said Section 29, membrane waterproofing stall consist of three layers of saturated cotton fabric and four wupitkcs of waterproofing asphalt, together with a primer coat applied to the concrete surfaces. The membrane waterproofing shall be tweed dam on the backfeces of abut. meita as shown me the plane. Efcnbrane waterproofing shall rot be applied to atV aarfa0a until the Con- tractor is prepared to follow its application with the placing of the protective ;:overing within a sufficiently short time that the waterproofing will not: be damaged sa a result of exposure to weathering. Any waterproofing which loses its bond shall be removed area: realaced with raw membrane waterproofing conforming to the require- mante of this article. A protective coating shall be placed over the membrane waterproofing on the ballast deck in accordance with the details sham on the Plan and the raquirmeute hereinafter apeaified. Plant mixed surfacing shall be a graded mixture, 3/8 Such maximum aggregate, conforming to the applicable proviaieus of Section 20 of the Standard Speodficationa. Bituminous binder shall be liquid asphalt, 0ra,1e MC-2, conforming to the require- ments of Section 55 of the Standard Specifications. The amount of liquid asphalt to be added to tin mineral aggregate shall be between 5 percent and 6} percent by weight of the dry mineral aggregate, as determined t0 the Fnginser. Timber buffers stall be furnished and installed at the ends of the underpass deck as sixwn an the plans. Tre ^Last 7,1. d surfacing Shell be spread and ehnp, d by meane of hand op�ratod str_*r.-off Wcls, z:ovala, rakes, or other approved means. 12-9 UCTICN 12. COM?RUCTICN ➢ETt AS (HR ME ARU-MIM) PTUJECT UNIT 2 Tim loose thickness of ti.e waterial shall be sufficient to produce a compodted thickneas as specified above. Raking shall continue until the surface is free frcn honeycombed arose End true to grade and cross-section show: on the plane. Care shall be taken during raking to prevent da,aa Ce to the membrane waterproofing. After the surface has been shaped to the regrlred cross-section, it steal l be thoroughly com- pacted by hand tsaping,, rolling, or other a�provad moans. Should low areas develop during compaction, additional surfacing material shall be spread and compocted in tumse areas to the end that the specified compacted thickness is obtained. 14eibranm waterproofing and protective covering on the umlerpass will be paid for on the basis of a combined ivanp sum. The contract lump sum price paid for waterproofing and ewer shall include full compensation for furnishing all l�hor, materials, tools, and equipment, and for doing all the work involved in furnishing and installing the scmbrane waterproofing and protective covering a mplate in place as specified 1'.crein, including furnishing timber Wfern and installing bolts and all other incidental work and wterisle connected therewith. U. PALNT (FIS"' CART a. t�OETal. Tim steel fabricator shall Five the steel structure the shop and field prime cats. Sim Contractor .for Project Unite 2 and 3 shell furnish and onply the finish coat. b. :isterial She 'finish coat shall be as indicated in Section 32, article (i) Almninum Paint, in the Standard Specifications. She a9plication of the final coat of paint shall be in accordance with the applicable regviremnnta of �.be Standard Specifications. c. Fa,nront Payment for furnishing and applying the final coat of point to the steal structure shall be on the basis of a loop s•.:m contract. price. The Jump sun price paid for the final coat of paint Shell be considered as including full compensation for furnishing all labor; moteriala, tools, and equip- ment, and doing all the work involved in applying the final coat of paint. and all incidental. work Fad rnterlals connected themwtth. OF25Iai C0149T2UCTICN DETAILS EVR S:RSiP."T W'ST11JCTIQI AND RAILROAD EAF. FORK WATER AND S&MR LINES STOW1 DMIIiAOCi S"STEM PROJECT UNIT 110 3. of CITY PLIN NO. 7-57 JOHNSQI STREET UNDERPASS Oda PAGE NO. RAILROAD EATMA'ORK 1. Clearing and grubbing . . . . . . . . . . . . . . . . . . . 12-14 2. General . . . . . . . . . . . . . . . . . . . . . . . . . . 12-114 3. Materiel . . . . . . . . . . . . . . . . . . . . . . . . . 12-14 4. Ezcess Material . . . . . . . . . . . . . . . . . . . . . . 12-14 5. Measurement and Psymient . . . . . . . . . . . . . . . . . . 12-114 STREET 1, EertfWmrk . . . . . . . . . . . . . . . . . . . . . . . . . 12-15 2. Subgrade . . . . . . . . . . . . . . . . . . . . . . . . . 12-15 3. Imported Base Material . . . . . . . . . . . . . . . . . . 12-15 4. Watering . . . . . . . . . . . . . . . . . . . . . . . . . 12-16 5. Cement Treated Base . . . . . . . . . . . . . . . . . . . . 12-16 6. rpraying Operations . . . . . . . . . . . . . . . . . . . . 12-17 7. Curinp, Seal . . . . . . . . . . . . . . . . . . . . . . . . 12-17 8„ Plant -.:fixed Surfacing . . . . . . . . . . . . . . . . . . . 12-17 12-U ITFM PAE N0. 9. Portland Cement Concrete Pavement . . . . . . . . . . . . . 12-18 30. Seal Coat . . . . . . . . . . . . . . . . . . . . . . . . . 12-18 11. Concrete Curb and Gutter . . . . . . . . . . . . . . . . . 12-19 12. Concrete Structures (Drop Inlets) . . . . . . . . . . . . . 12-19 13. Manholes (set to grade) . . . . . . . . . . . . . . . . . . 12-19 14. Valve t'olls and Monument ''ells (install or set to grade) . 12-19 15. Plant -Mixed Surfacing Curb . . . . . . . . . . . . . . . . 12-19 16. Reinforced Concrete Retaining Vall . . . . . . . . . . . . 12-19 17. Chain -Link Fabric Fence . . . . . . . . . . . . . . . . . . 12-23 18. Demolishing Existing Structure . . . . . . . . . . . . . . 12-24 STORM DRAINS 1. Description . . . . . . . . . . . . . . . . . . . . . . . . 12-25 2. Concrete Drainage Structures and Hasp Rouse . . . . . . . . 12-25 3. Steel Orates and Orate Frame (Drop Inlets) . . . . . . . . 12-25 4. Corrugated Metal Pipe Culverts . . . . . . . . . . . . . . 12-26 5. Steel Pipe Discharge Line . . . . . . . . . . . . . . . . . 12-26 6. Electrical tork . . . . . . . . . . . . . . . . . . . . . . 12-27 7. Painting (Rump Rouse Roof and Piping) . . . . . . . . . . . 12-27 8. Materials (City and Contractor Furnis3ed) . . . . . . . . . 12-27 SE7 TP. 1. Specifications of Materials . . . . . . . . . . . . . . . . 12-29 2. Trenching Sewer Line Course . . . . . . . . . . . . . . . . 12-30 3. Randline of Materials . . . . . . . . . . . . . . . . . . . 12-30 h. Assembly of Sever Lire . . . . . . . . . . . . . . . . . . 12-31 5. Caulking of Joints . . . . . . . . . . . . . . . . . . . . 12-31 12-12 ITEM PAM N0. 6. Cogwzxlod Joints . . . . . . . . . . . . . . . . . . . . . 12-32 7. Brick MeeomS . . . . . . . . . . . . . . . . . . . . . . . 12-32 8. Hydrostatic Teets . . . . . . . . . . . . . . . . . . . . . 12-33 9. Backf llIng . .. . . . . .. . . . . .. . . . ... . . . 12-33 10. Swear Caaroctian . .. . . . . . . . . . . . . . . . . . . 12-34 U. Salvage . . . . . . . . . . .. . . . . . . . . . . . . . . 12-34 12. Payment . . . . . . . . . . . . . . . .. . . . . . . . . . 12-34 VAT6S LIM 1. Speciticatim of Material . . . . . . . . . . . . . . . . . 12-35 2. Trenching Waterline Course . . . . . . . . . . . . . . . . 12-35 3. Nendling of Materials . . . . . . . . . . . . . . . . . . 12-35 4. AsamdAy of water Lima . . . . . .. . . . . . . . . . . . 12-36 5. setting Valves and ritrigP . . . . . . . . . . . . . . . . 12-38 6. Fbdmstatic Teets . . . . . . . . . . . . . . . . . . . . . 22-38 7. B4'okf111Llg . . . . . . . . . . . . . . . . . . . . . . . 12-39 8. Disinfection of Liar .. . . . . .. .. . . . ... . .. 12-39 9. City Facilities . . . . . . . . . . . . . . . . . . . . . . 12-39 10. Tie -Lis to Bd.eting Qatar liaise . .. . . . . . . . . . . . 12-40 u. Tluest Bloob . . . . . . . . .. . . . . . . . . . . . . . 12-40 12. Paynwnt . . . . . . . . . . .. . . . . . . . . . . . . . . 12-40 13. Salvage, . . . . . . . .. . . . . . . . . . . . . .. . . . 12-40 114. Nightw * . . . . . . . . . . . . . . . . . . . . . . . . . 12-40 15. Hoose Service Comectiom . . . . . . . . . . . . . . . . . 12-40 16. Concrete Structure (Valve Vault) . . . . . . . . . . . . . 12-41 12-13 SSrIfMON 12. CMTRUCTICN MAILS „�RASL.qC.'.1) N'A71TAl•{CfTit) PHCLBCT Uti;m 3 1. CLPARDTO fw',T GRIMEUr Prior to con^ercdng construction operatdms, all grass, "ede, trees and other msgetable ontter shall bs removed from the construction area in acrvrdanc& with tho p'avlsieoe of Section 11 of the Standard SpecLticatium. Pull corpensation for clearing, grabbing, and tree removal ahail to croside.n:d kr Included in the lump sum price paid for clearing and grubbing. The lump sum pries paid for elaaring and grubbing shall include full co^rpennation for Nrnishing all IsWr, materials, tools and equipment and doing nll the cork involved In clearing, grubbing and tree removal. 2. GEN'MI. in general the railroad earthwork Shan consist of roadway exsavatimi eloping, construction of roadway fills, including the preparation of the fivund aroaa upon mrhick tiny are to rest, and the placing and compacting of irrlported Sub base mstorlal. 3. YATb'RIAL ;toe eart*a:ork involved shall conform to the applicable provisions of Section 13 of tie Star4are Specificatiooe, these special provisions, end to the neguimmente shown on the plane. h. UMMS MTO!UAL Excess material shall be disposed of as directed in Section ll of these apecifica- time, page 11-1. 5. mELju?Du?r AFT. PA19tET+T Earthwork will be paid for on the basis of a lump sum price bid tixr'efor. It 1n the intent, anc 1t is hereby mutually agreed, that said JwV sure payment &hall be without !lather mtaauromsnt, payment for sal eartimork involved unless alterations in the work are ordered by the Civireer. The qucntiti.Ss shorn in the Engineer's estimate shall be considered as approxinate only and no guarantee is roads that the quantities required to complete the work will equal those estimated. If no alterations are roads in the work„ no allowance will be node in the event that the aotual quantities do not equal the quantities sban in the estimate. The lump aura priest paid for earthwork shall include full MMISM ation for furnishing ell labor, materiale, tools and equipment, and for doing all work involved in excavation, embarknt construction, compaction, furnishing and placing sub bees material, disposal of eumze material, and all otber work incidental thereto required to oorTaOte the ear---,wrk it a satisfactory namr, all In compliarne with the plane turd specifications fo:^ the work.: 12-U SE.CTICW 12. CCRJS'P26CTIATAIIS (S'M MT) PTG=T 'A*TT NO. 3 1. EA PTNLMK a. Cenarai thu?er earthwork are included the excavating. loadine, transporting, dopositis and earoolidating of the materials to bring the existing surface to Ur. required elevations, also removing and disposing of portions of wW bitcmdwus sur- facine and all other incidental work. b. Poadway rzcavaticn In tnroral this Stan shall consist of shaping slopes and rcadta7, rrmo*al and disposal of existing bitandna s surfacing, as show on plane and croes-sscticre, and any clearing or grubbing necessary for the completion of the strxmt improverasmt work. Er,mw excavation shall be disposed of as directed in Soetiom n, page 11-1 1,11 trees, brash and other vegetable matter shall be removed fron the job site and Usposed of. Hosdi%y excavation shall conform to the roqui.reasnte of Section 13, Chapter II, articles (b) and (j) of the Standard Specifications. ",artiwork till be paid for on the basis of a lump sue price bid therefor. It is the intent, aryl it Is hereby mutually agreed, that said lump arm payment shall be, without further massmiemwnt, payment for all sarumm* involved unless alterations In the work are ordered tr/ t2n Engineer. The purge rum prize paid for earthwork shall include full eompannatiou for furnishing all labor, materials, tools and equipsent, and for doing all work involved in excavation, shaping elopes, clearing and grubbing. and tree removal, required to perform the constnnctiou operations specified, 2. Soo" Preparation of the subgrsds shall conform to the applicable provisions of "ection 1,5, Chapters I and n of the standard swouticetiona. 3. IMPORTED HA.SE MATERU.L a. Dtatericl IrCcorted base material may consist of natural gravel, decomposed granitet or grcrular material, acceptable to the Fanginear and meeting the fullcxLng raquirawnta: (1) Grading - Paesing a 1 1,/2" sieve 1� Paaeing a No. 4 slave 35% to 55% Passing a No. 200 sieve to 11% (2) Cnitfomia Hearing Ratio rAMIMM 1� maxiraun (3) 3rpeasion 6 maxima(4) Plasticity Index 12-15 SMne"t 12. COUSTRUCIION ➢EMITS (3TREEC) PROdiT,'.T UNIT NO. 3 S. Preparation Placing, shaping, and compacting of the imported base material shall be in seeordanoc with Section 1.60 lrticle (d), of the Standard Specifications, If ordered by the Engineer, pnetmmtie tired rollers shall be used to obtain the required com- pacting. Pay quantities for the imported bare materials shall be the compacted volume of the materials in place an the roadbed. 4. WBTERm a. P.equiremente The requirements for watering ere oat forth in Section 12 of the Standard Specifications. (See "'Watering", Section Br Opeeial Provisions of these specifica- tSonsBr modification.) b. Applying Water Water shall be §:plied as directed by the Engineer. 5. CUIENP TRTA M BASE a. iaterisia The materiel to be cement treated shell be new imported beer: material. The quantity of portland cement to be added to the base material, shell be three percent 0%) by weight, of dry material. b. Preparation for Cement Treated Bare. nit preparation of the new imported base meterdal, in place on the roadbed, for cement treating will require the loosening, breaking up and windrowing the new base materiel prior to adding tha cement. Payment Full compensation for preparing the base material prior to adding the the cement, shall be considered as included in the contract price paid per square yard for mixing, spreading, shaping, and compacting the cement treated base. c. 'Rising, Spreading, Shaping, and Compacting Requirements Cement treatment of base material shall conform to the applicable ,eqz irunt, of Faction 17, Chapters IV, V, VI, VII, and VTII of the Standard Specifications. 12-16 SECTION 12. CrNSTIV CTIONDETAIIS (STRFLT) PROJECT UNIT NO. 3 Poyment. The contract prico paid Per square ;verd for windtrowing bane material, .mixing, spreadingr shaping and compacting cement trestsd base shall include full cnapansatical for P..ushizhing all labor, materials, tools and eq.dfrlent crhd doing all the work involved in the operations,, except that imported Case material, portlond crmert, water, and curing seal shall be paid for as aeparatc iteas. _, 3tx+AVINO OP';:RATIONS (Aecautiana) Attention is directed to Section 55, Article (c), parsPXeph 1 of the Stondanl Specifications. The requiremi nts set forth in the above mentioned pemgrapb apply to all operations involving the epMys...ng of bitohdmua eaterdal.a. All manhole covers and a7.i water valve well covers shall be protected during, srreading operations and at the completion of the Contract the manhole covers and valve well corers shall trs froe of asphaltic materlals: CU.RIM SiAL a. IiatarisI Asobaltic emulsica curing sera! shall be grade Ar-2 and shall be a;Rliod to the apprcad.mate total of 0.25 gallons per square yard in one or more applications> .he exact rate and number of appliostione shall be detersined by the tbgineer. b. Spreading The req,tireaents for spreading curing seal are set forth in Section 17, Chapter VII, Article (c) of the standard Specifications. 8,. PIM T-)=:.;D SURiACIA0 a. Y%terl.al Pleat. -nixed surfacing SIZU confors to the provision* of Section 20 of the Standard Specifications and these special provisions for "Plantrltix Surfacing Type B", except that the seal curt ahili be "Median kine" in lieu of "Fog Seal" coat. Ritu- miceue birder for mizing with the mineral aggrepa to shall be liquid asp}mlt, Crade SC-4 or (1rade SG$ as directed by the Fngirvaer. The udnaral n_pxrerate shall conform sa the requiresrenta for three quarters inch OA") awdoom aggregate for "Type B" mixture as outlined in Section 20, Chapter II, ARticle (c). b. Spreading The requirements for spreading and compacting the plant -nixed surfacing are forth in Section 20, Chapter VII, trticle (a) of the Standard Specifications, 12-11 UCTICK i2. 6w1'ISTRUCTICH DETAI)S (STREET) PROJECT UXIT No. 3 _ 9. MR.t N'D CMM C011CRFTE PAVE4ENT a. r4moral The _equirementa for Portland cement concrete shall be as set forth in Section 25 of the Standard SpeclfIcatlons and es shown an the plane. b. Psyf� fsnt The price paid per cubic yard for portland cement concrete (pavement) shall include i111 coa.peneation for furnishing all labor, arterials, tools and equipment and doir4� all the work involved in constructing the pavement complete in place as specified, including the furnishing and placing of all pavement tie aasomblies. Vull compensation for furnishing all labor, materials, tools and egai{ment and doing al-1 the work involved in placing and removing side forms, form nr or sawing weakened plane joints mud curing the pavement as required for the method :.urinp, selected by the Contractor, shall be considered as included in the contract pries raid per cubic yard for portland cement concrete (pcvement�. and no ad9ltiorml compens::V on will be allowed for such work. 10. SEAL CftitT' Al. Materiel. A 11"Iedium9 Fine" seal cost shall be applied to the plant -:nixed nurfeced area within the limits of the work. The seal coat shall conform to the requiroments of Section 23 of the Stanisrd Specifications, and w1h the follaring modifications, (1) The bit.aminous binder for the screenings shall be a jjj.eh Viscosity TZpe DmulsSw applied at Eira approximate rate of 0.22 gallons per Square yard to the plant -mixed surfaced area. (2) The screenings shall consist of 5/16a x No. 8 crushed granite and shall be applied at Off rate of 18 to 20 lbs. per square yard'. b. Apply.,nq The seal cost shallbe applied to the new plant-mixwl surface wi uric five (5) weeks, 'out act less than four (4) weeks after the crew surface has Dean opened to public traffic, unless directed other+ise by the 'ci;Jrreer C. Excess screenings The Contractor shall begin Salvaging excess seeveninga within ten (10) days, but not lees than five (5) days after the seal cwmting has been coaq:lete, The wn- tractor shall stockpile the screenings at a location within the City limits, deeignated by theinsov, 12-16 SECTION 12. COTISTRUCTION DETAILS (STP,EE"T) PROJECT UNIT NO. 3 11. tX'NCRETE ''i;_Jl f. J) GUTTER Concrete curb and putter shall conform to the applicable requirements of Section 36 of ',he itandard S;ecificat.ions and to the dimensions as indicated an the plane. 12. CGIICRETE STIL C?AES (DROP Ii{ ETS) The requiremen'w for the drop inlets and other drainage structures shall be as set forth tinder the section entitled "Drainage" of thsae Specifications, 13. _ANizan (SE'. TO GRADE) Any iu. holav ulAch are in pared street areas shall be adjusted to new street grades and rest in C. concrete collars 6" deep and S" wide unless otherwise shown. After construction operations am completed and before final approvel is made all marff:oles shall be inspected for any base material or paving materials that aright have entersd the uasnhole during construction operations and any such materials thnt might hzve entered shall be reaed by the Contractor and no addi.tlonal corr.:nsation will be made therefor. 14. VALVE WELLS A,{ , MI UhMIT WEALS (SET TO PRADE) All valve wells and monument wells are to be installed or reset in P. C. concrete collars as indicated on :he plat., for the installation of the water line. The coat of furnishing material and conziructing r. C. concrete collars shall be considered as included in the contract item paid for installing valve wells or aunument wells. 15. PMNT MED 3U;: ACINC CURBS Plant :nixed surfacing curbs shall he constructed as shown on the plane. The contract wit price paid per linear foot, for plant -mix berm shall, include full compensation for furnishing plant -mixed enrfacing, all labor, materials, tools and equipment and doing all the work involved in placing, shaping and compectinp the suurfsciW material complete in place as specified, 16. REI:dF"MCED CONC:UTE RlTAi4l11G WALL. a. Concrete-;tcmoval Removal of existing concrete or stone cud tli? existing fenr.-e shall conform to the applicable provisions of Section 10 of tre Stallard Specifications. Section 10, !:title (d) of the Standarc! Specifications shall include the removal of ston' structures. Broker concrete or st4 a shall be ,laposited at locations on the work designated by the Lagineer, aid :nsterial not rcruired for the work shall be dtaposed of outside the street right -of -.ray In accordance with t}te provisions of Section 7, article (j) of the Standard :-pe<:ificati,ons. 12-1" Li r-� u S'ICTIVN 1'1 W'NaWtucllom .:Ltii'.ii5 {;,;1Fuh't) . U - - 3 Fell compensation for the work involved in removing and dispoeinp, of concrete or st,cne and fence, in ennj,nct;on with the construction of the retr.initq; wall, shall be considered as included in vie contract price paid for the various items of contract work. b. stractux[ Lxcavation ar Backfill 1. General The earthwork involved inwcavating for and baekfilling behind the wall 11-411 conform to the applicable provisions of Section 13 of the Standard Specifications, these special provision, and the requirements shown on the plans. 2. BecklIll material The Contractor Hhnll ilrraish and place all material required for backfill, excepting filter material, to the lines and grades mown on the plans. Material used. for bacKfill shall be subject to the approval of the Engineer. The material shall be of satisfactory size and quality for the purpose intended. % 7iay be "deeanposed granite" cr other s,dtable granular material available fmn approved sources in the area, 3. ';aaaorement and Payment Structure excevation and b>ekfill rill be paid .Cor on the basis of a imp sum price bid therefor. it is the intent, and it is hereby mutually agreed, that the lump am paVWnt shall be, withoutibrther measursment, payment for all earthwork involved unless alterations in the work are ordered by the tarineer. The qusntities sham in the Lnrineer's estimate shall be tomidered as approximate only and no guarantee is made that the quantities squired to cmplete ii,e work will agiol those estimated- if no alterationa are made in the work, nc alimanre will he made in the event that rctial quantities do not equal quani.i.ie . urn in t.W- wstimete The lump sum price trio '„r include full compere"- 1, and eq_ipmsnt, aml tau (excepting filter mstenai . thereto required to cm;;,l;•. in compliance with the pia •::. for re-ming a hose bibb ar. after the well is covtrc contract price paid for s'r aw.: backfill shall r . . i;.- ah 1--bor, materials, tools in excavation, backfill :., arci ull other work incidental .: ., rk in* aatisiactary manner, all ....�:l,.atl.me for the wore. Compensation -.c ti pre A' water lire and replacing war.+.a iha n be considered as included in the ,,um excavatinn aml backfill.. 12-20 SECTION 12 C0113TAXTION DESAIIS (5=.T) PIULCT UNIT NO. 3 c. Hoterials 1. Concrete and Finishinp, Portland cement concre Le construction shall conform to the requirements of Section 26 and 27 of the Standard Specifications, axoept as herein modified. Concrete used in the construction of the retaining wall shall be class "An. Form used on the exposed areas of the van shall be of plywood in lieu of surfaced lumber and as per Section 27, article (d) of the Standard Specifications. Surface finishing shall be in accordance with Section 27, erticle (t) for Class 1 surface finish. 2. Payment All concrete involved in the construction of the retaining wall will be paid on the basis of a lump a= price for class "A" concrete retain- ing wail 'R5 cubic yards). rt is hereby mutually agreed that the lump sum payment shall be in effects w.tthout further measurements payment on a unit basis for the quantity shorn unless alterations in the work are ordered by the Engineer. The quantity sham for the item shall bg6onsidered as approximate only end no guarantee is made that the quantity which can be determined by computations, based on the details and the dimensions shown on the plane. All equal the quantity shown for the item. If no alterations are made in the work, no allowance will be made in the event thatithe quantity bases on the computations does not equal the quantity sham for the item. If alterations not involving changes in character of the work result in an increase or decrease in the quantity of the concrete, and such increase or decrease is 10 percent or lase of the quantity shown for the item, the lump am payment shall be adjusted. The adjustment in payment will be applied only to the quantity of concrete involved in the increase or decrease and will be based on the theoretical unit price obtained by dividing, the Contractor's lump sum bid by 25. No additional compensation will be ,made in connection with such increases or decreases. Ire k'angineer will determine the aneunt of such increases or decreases and his decision shall be final and a<xrlusive between the parties. 12-21 SEMON 12 oc'"IMM710N DLTA.M SbTWM) P,'i^JPCT UNIT M. 3 if the alterations involve a eherge in the cherseter of the work cr result in an increase ortbersece in the qusntit of concrete of acre Thar: 10 percent of the gaantltl dhosm for the item the provisions of Section 4, article (a), suhartiele 1 of said article to) shall be superraded by the above apecificatiena. :he lump sum price poid for class "A" concrete retai.ningaall ( 25 cubic yards) shell include fn11 compensation for ihroishing all labor, mster'rales toola, and egad.pmnt, am, doing all the work involved in oonetructing the concrete retaining wan as shown On the plan and no specified herein, including all iocidentel items incorporated In tha work except bar re- inforcing steel. Yoraishing anocing of Far reinforcing steel will bo paid for as provided hereinafter in these special provisions. 3. Aatcrials l.. Dar Reinforcin.g Steel Bar rei-.iorejn6 si.eel shell conform to the requir¢nr_nta of :octiml 26 of tlx: rter.n.;rd S�BCif'1:AL,l.On9- 2. Payment All bar reinforcing steel involved in the conntrveti-= of the; retaining wall will be paid for on the baste of a lumT sum price for bar reiebm- ing steel (retaining call) (l 0� a,. �t is hcreb, atutoally agreed the lump gum peyent shallbe in affect, without further mesnrrement, payment on a unit baei.s for the quantity si'.o'4el for the item sham unless alteration in the work are ordered by the Engineer. The quantity shown .for the item shall be conaidered as a;'proxlnate only and no guarantee is made that the quantity which am be determined by computations, based on the details and the disensions as shown on tie plane, will equal the quantity shown for the item. If no alters - time are made in the work, no allowance will be rrde in tl,e went that the quantity based on caaputations does not equal tie quantity shown, for the item. If alterations not involving changes in the character of the war% ms'.ut in an increase or decrease in the quantity of reinforcing steal and such increase or decrease to 10 percent or less of the quantity shown far the Siam, the luW awn payment will be adjusted. The said adjustment In I:Y- rmt will be applied only to the quantity of reinforcing steel involved in the increase or,%croase and will be based an ■ theoretical unit payee determined by dividing the Controctar`s lump sum price by (-i ds). No additional con'ansatian will be made in connection with such 'ulcrwses or decresees. 12-22 SECTION 12. 001UTRUCTIGN DEUIIS (SMW) PAJJF,CT UNIT NO. 3 Tie Gnrineer w�wall duter^dn: tho amount of such incressee or decroaaiv and his decision shall be final and conclusive between the parties. If the alterations involve a chan;re in the character of the work, or reavIt in an increase or decrease in the quantity of reinforcing steel of more than 10 percent of the quantity shoes for the item, the provisions of Section 4, article (c), subarticle (2), of the Standard Specifications shall prevail, but the provisions of suberticle (1) of said article (c) slian be superseded by the above specifications. The lump am price paid for bar reinforcing steel (retaininC wall) (1,�O paundeshell include full compensation for furnishing ell labor, materials, tools and equipment, and doing all the word: involved la can. stracting the retaining well complete in place as shown on the plane arri specified herein, including the fbraishivg all tie wires and supporting devices involved. e. sleep holes and filter material 1. aJeep holes ?eep holes through the wall and the sidewalk undeidrafn shell be of 4 inch C. I. pipe. bull compenertion for furnishing the materials labor, tools and equipment for installing, the sidewalk underdrales shall be considered as inclivieli In the contract unit pries paid Per lineal foot of underdraln. 2. Filter material Filter nrtorial *toll consist of clean, coarse sand and gravel or emmhed stow nnformiug to the provisions of Section 49 of the Standard Specifi- cations for type B. The material shall be placed on the earth face of the ebutronto as shown on the plane. Purniehi.rv; and placing, of the filter material will be paid for on the basis of a loop mum price bid therefore, which price and Mment shall include full compensation for furnishing all labors materisly, tools and equip- ment and doing all the work connected therewith. 17. C3A.ItRJZ tABRIC rFXZ a. Materials and Erection The specifications of the materials and for the erection of the chain link fabric fence are as set forth in Chapter III, "Chain Link fence", Section 4h of the Standard Specifications with the following exceptions 12-23 S15i.Yltl 12. (.Oit571iUCYT4fi iudTAili `57;�R) _ riii,Ji.C', :t.i': :ice, i 1. A too rail of hot dipped galvanised steel pips mall be used in place of a top tension cable. She top rail shall be not less than 1.530 inches outside diameter end waigh not less then 1.93 pounds per linear foot. 2. All Lim costs, and posts, and corner posts shall be pipe. b. 2ayWnt :Cethed of payment shm71 be as outlined in article (d), Chapter 111, :*acdon 4i, of the Standard Spocificatione. 18, LzwlS5iilNr ulsTin S4nUCTm a. Extent of Removal -- All of the existing bridge deck above the bridge seats rill be renovena j• t a oathern Pacific Company. Tls ramainder of the structure atiall be rermed by the <:ontractor. b. De,r,Iltion -- Co^.orete end stoma masonry denoliton shall be performed without dMuge to seen', propert- or existing utilities. c. Poe of Corcrate and Sams -- Stone shall he salvaged, and delivered to the City of San i.spo ewer ram. All broken concrete mulniny, front the dem 7ition of the structure racy be deposited at site "e" es si.osn on the aket4h, page 11-2 of these specifications. d. Measurs, ont and Payment -- Deaolishinr the structure will be paid for on the bscis of a lip sins pr c ere or. The lump sum price Paid shall include full ooro rahsation for furnishing all labor, raterials, tools and equipment, and doing Oil the work irrolved in ahattering, removing, hauling and disposine of materials no herein specified. 12-2h =TION 12. CON9TRl.i211& DMIM (STCW! Dal"t) 1'1"WT 1jH1T M0. 3 i. DEzCifIPTION The work involved in ^.onstn-.stint; the storm drain system shall consist aeeentially of the follmeingr constnvet reinforced concrete pump hoaee end well, install pumps, piping and electrical eystmm, construct drainage structures, install welded steel dis- charge line, and C. 13. P. gravity drain lines. 2. C�NOR= Ded+IA OE ST :UO4URFS 1, ND PUMP ROUSE a. Materials and Construction Concrete drsina,e atrmmturea and pump house shall conform to the applicable requirements of Section X and 27 of the :standard Specifications. Ekposed surface of pumphouse to hove close 1 finish. Clew "A" concrete stall be used in the construction of drainage structures. Curing concrete by means of pigmented sealing compound canforednp to the requirements of Section 25, article (k) of the Standard Speei.ficctions will be permitted. b. PiWnent BArh drainage stricture sball be paid for on the'Asia of a !?amp sus price for each Ftructurel to include grates, frames, covers, reiiforcing eteel, s:rotAction bare, etc. The lump awe price paid for each drop .inlet or junction box, and the sidewalk undcrvra n ahalt he ccvwidered to, isoiude onozMaaetion for furnishing all lobar, materials, `pals and equipment and doing all the work required to complete seen str cture. The lump cum price paid for the pump house shell be considered to include fall ca:pensation for furnishing all labor, tools, equipment, and materis Is eras doing, al the mark involved in conatruvting the pumpwell, pad, house, fabricating and painting the ptmtp house roof; installing Pumps, pipAmr; and electrical ayatem, painting piping to Hatch -ump colors, end doing other items of work incidental to the completion and operation of the pumping plant. 3. STF931 ORATES AND r-nATE iRAIM (DROP d" UTS) a. Materials and Construction The prates and rrete frames shall be made of struoturel steel conforming to the regnirwwntn of Section 31, Chapter 11, article (a) aryl (b) of the Standard Specifications. Febricstion of the frames and rrstea shall conform to the appli.eeble require- ments of Section 31, Chapter Ill of tome Standard Specifications. 12-25 SECTION 12. COWITRUCTION MUM (STOM IN Iris) PROJWT UNIT W. 3 b. Payment Full compensation for the grates and grata fracas shall be considered to be ioeluded in the lump asm price psid for each dreo inlet and no additional compensation will be allowed therefor. 4. CORRUGATED `IVUL PIPE CIJIMMT5 a. }Material and rnetallation Corrugated motel pipe shall be furnished by the City and shall cenfore, to the roeufrements of Sect£ocr 47 of the Standard Specifications - Me construction, loving and backfilling of the pipe drains shall conform to we applicable provision of Section 47 of the Standard Specifications. Sizes And types of pima noted on plans. b. Payment The contract, unit price paid per limed foot for Installation of oornlgated metal pipe drains shall as conaidered to include full ccm?ensetion for Wew'sti.ne, and bockfilling and no additional aaafpanaatim will be allowed therefor,. 5. Et-k= PIPE briny FGE L11c Tha 11" steel pipe trawziBsion line shall be furr"hed by tie City. U%ldin Steel pipe lengths shall be welded together. All welding 9ha).1 be performed In accordance �Jith recognised published standards of practice and by liceneed or otherwian quslifled mechanics. paw The steel pipe trersmi.seiOn Use shell receive a protective coating, as follow" I �odsrpmmjd, sane 111 cost of Tnemac 99, aid one (1) heavy cost of 476 Supar ....P r-, dr T!rn prl aqW15 P8N t, The contract unit price paid per lineal foat for installing the welded steel water line shall be considered as to include full compensation for axcevatim, backfill.ing, welding ,joints, claardng and painting welded joints, and painting the pipe. 12-26 SNCTION 12. OONSTRUCTION DL+7AII5 (STOW4 M?AIRS) PROXXT UNIT NO. 3 5, !U CTRICAL WORK, ALL HT T:RICAL W , TO DE WNE UUM THIS CONTRACT S:OLL DE IN ACCORWICE WITII TitE NATIONAL ELECTRICAL CODE, UYC^RICAL SAFM O%ERs' OF rAE STA iE OF CALIFORNIA, AND CITY ELRCTRIC.4L ORDINVICE. Compensation for the electrical work to be done under this contract shall be considered an included in the imp aum price paid for the pump house. 7. PAINTING (PUTT wasi ROOT+AND Purr) The steal plate prop bouse roof aimll receive a protective coating on all surfaces as follows' One (1) coat of Tnemec 99 Red Petal Primer, and two (2) coats of Tnemec Industrial Enamel, or approved aquala. The .i.ral color stall be light green. The piping above tha pump dock, and all other expoend iaetd surfaces without a factory finish shall receive a protective coating as follows: One (I) cost of Themsc 99 Red Metal Prl.mer, and one (1) cast of Tnemec Indnatrisl Ensr�l, or approved equals. The fi.rwal color shall rmtch, as closely as possible, the color of the pumps. The piping below the pump deck &.hell receivs a protective, costing as follower One (1) coat of Tnonec 99 Red Motel Primer, and two (2) costs of Tnoaecol 457, or approved aqusla. The steal deck Aete shall receive a protective coating as follows: Cue (1) coat of Tnemeo 99 Red Metal Primer, and two (2) coats of Treace '.nduat- rial Enamel, or approved equals. Full compensation for fumilshdng all the materials, labor, tools and eq:lpmant and doing all the work involved in the paint work described above shall be considered as included in the imp sum price paid for the construction of the pump house and installation of piping and electrical materials. 3. ?MTERIAIS. CITY AID CONTRACTOR FURNISHED a. Material City furnished materials shall include the following' two (2) complete pump units, all piping, valves, and manifolding, except for ts,:ar fitting in waLr; a:e (I' Electrical control panel, one (1) 100 Amp industrial circ,,Ut breaker, two (2S each Arc -Tito L-pole, 30 asp, plug and receptacle, or approved equal, water level control unit and motor lead cables. 12-27 SECTION 12. CONSTRUCT'IOU DETAIL; (STOW =INS) PROJECT UNIT NO. 3 Contrnctor furniahed raterials shall inclale the followings Reinforced concrete STMICTURE, steel pate roof, electrical conduit and wiring for control circuit,, steel floor beans, steel deck plates, galvanized steel grat?ng, all electrical conduit and wiring, switch and light fittings, complete power service to control panels, toper fitting in pall, louvers, and bird screen over imaee./avvetJ. b. Payment Pull compeneetloa far installing all City furnished materials' and furnishing and inotallug all other materials ro9uired to complete and place the pump station in operation shall be considered as included in the lump sum price paid for ti* pump houso., 12-28 SECTION 12. CONSTRUCTION DETAIlz ($EklER 1. S'1:IFICATIONS OF W..TMIALS a. Vitrified Clay Sewer Pipe All vitrified clay sewer pipe art! Sittings chall comply with the specifics - time of the Clay Productsllnstitate of California and Talc-•snt A. S. T. M. Specifics- tione, in their latest revisions, for the sise and strength of pipe shown on the plane and in 5eeti.on 9, Quantitiesw these speciticaticre. b. Cast Iron Mechanical Joint Pipe The cast iron mechanical joint pipe to be used in the construction of the sewer line shall be class 150, nominal 18 foot lengths, conforming to A. S. A. speci- ficaticn A 21.6-1953. The pipe shall be coated outside and cement lined inside in aceordonce with A. S. A. Specification A 21.4-1943, except that the cement lining shall have a r nimam thickness of 1/16 inch. High strength cast iron tee head bslte =A hew nuta, high strevrgth cast iron Clands end plain rubber gaskets conforming to ✓. . specification A 21.11 shall be furnished in sufficient quantities to provids for each opening on pipe, e. Manhole Rtnge and Covers All manhole covers, frames and other fittings eel be cc specified an the plans snd in these specifications. r,. cement For type of cement to be used see Article 6, Section 12, r'enersl Ocnetruotion 0sta L.a of these Specifications. a. Concrete Aggregates he aggregates used in the preparation of concrete, grout, or mortor fur use a,der tcis contract. shall conform to the requirements of Section 26 of the Standard Spacificatione. f, Erick -Common All common brick shall conform to the following requirements: They shall be Vrole, sound, hard burned clay with straight edges and must give a clear rjnging, sound when struck trogethcr. They shall be uniform in quality and shall be milled or sorted before delivery to the work. All common brick shall have rectangular surfaces and be not less than 8 1/9 in:h.os nor more than 8 3/8 ine:ies in length; not lees then 3 3/4 lachas our more than 4 inches in width; end not leas than 2 7/16 inches nor more than 2 9/16 Snchcs in Vdoknees. They shall peas the specifications sad testa for common brick, 5erial Designation C H_20, of the Americen Society for Tasting riaterials) as amended to date. 12-29 SWT1CN 12. COMTKUCUON MAILS (SLFrtit) e. Frecast manhole sections Precast manhole sections shell conform in general to l,. S. T. Specification 139. The design, specifirations are, name of the manufacturer shall be suimitted to the °Sheer for approval prior to their use. h. Pipe Joint Compound JC-60 bitlaoastie compound shall be used on all sewer pipe joints, in accordarre with the naaufacluc ers directions. i. Cakum (Cavlki.ng) All oakum used for oaulcing of sewer pile joint- shall be of the best, fine, long uniform yarn - free from oil, d„rap:ese or grit. Z. T'.F.'CUNG OF SD�'GR LINE COMB The ditching opiretion for the pipeline, and manholes shall be conducted by ::norry of rAeine or hztrd tool mthods at the discretion of the cont.ractcr, as epprovad r +W;a 5,..LMQieer, along the route prescribed by the Contract drawings. The depth of the pipe ditch am the underground structures shall be gcverned by tr_� flow lino gradients and the omet_ruotion established by the Zagineer.. Further, the ditching shall be conducted to provide unifom, slope gradients vu`uaghcut the scope of the operation. No sharp breaks of contour sufficient to cause disproportionate warpage of joints, etc., will be permitted. The width of the ditch or underground excavation shall provide at least b Inches ohanra:rca between the bell and the trench wall. Whenever rocic is encountered in the trench it shall be reproved six inches belo;4 the barrel and bell of the pipe. 'Ax inches of send shall be placed and compacted in the bottom of the trench to provide a bed upon which the pipe is to be laid. J. HAfXLJ1 . OF MATEW16 The Contractor shall be readonsible for the proper handling, including housing ord protection, of all materials until final acceptance of the contract cork by the lzv;ineer. Materials roughly or improperly handled may be rejected for use by the City 1�'.near oontingent upon. the potential damage which may reflect in the later perform- ance of the system. diethoda of jointing, handling or assembly shall be subject is the approvalof the F .neer prior to the execution of the operation, but this shall not be construed a.a setting aside the rso-1,cnsibility of the Contractor for the materials donaged doing s+nh procedures. 12-30 5XTION 12. CCMSTHUCTION .MAILS, (Shwa 1�. A38EN-W1 OF a" WER LIME a. General The Contractor shall eondvct all operations incidental to the assembly, insludirg lateraln and special fittings, by methods approved by tbo Fzgineer. This shall include stringing of the pipe along the right -of -fray, lowering 'he pipe into th3 ditch, nakoup and canikinp of pipe and fitting joints, and jointing of the pipe. It is understood that the standards and accepted procedars of nationally recognized codes will be the minimum requisites acceptable for the weight of materials used per Joint caulked, blocrd.ng under pipe jointe to maintain slope gradlents, maztm= deviation from centerline concentricity between joints, and other ecnaiderations of the pipe line assembly. Additional requirements may be prescribed by the Engineer. b. Laying of the Pipe The Contractor shall, unless specifically dosignated otherwise by the PArgdneer, ar. rM the work under the Cortract so that all. ripe shall be laid upgrmds, sithout break, fh;m structure to structure, with the balltovis of the pipe upgrrdo. Pips shall be 161d on an unyielding foundation wit," joints closely =I accurately Pitted, true to line and grade and wdtli unif cue bm-ing under the f;11 length: of ihs barrel of the pipe, tfsUb on, or disturbing the pipe in any manner, sifter the joi'its have no_n made, will not he permitted. . All pipe shall be thoroughly inspected internally before being, lico3up ear] sitall r freed of all dirt, rags) wood, or other foreign matter as the work praErsassa, and the pipe shall be left clean at its cam,:letim. At the close of each days work, or whenever the work ceases for any reason, the span ondo of the pipe shall be protectedwith close fitting plugs. Before final acceptance by the Engineer of the work, all completed lines shall be inspected for any foreign matter inside the pipeline and the ranholes.. Any, such foreign matter found in the line or manholes shall be removed by the Ccnt-actor at his own expense. 3, CAUPBM OF . ULM Me Contractor shall observe special care with respect to the following phases Of caulking jointas a. Previous to the placing of the jointing material, the annular cpace, together with the murfsca of the pipe bounding the same, shell be completely freed of all duet, earth, send, mud, or other forade matter. 1z-31 SECTIUI 12. CONBTR'XTION LE79IIS _ (83rTFR) b„ The joint shall be carefully wiped to eliminate all moisture before caulYStvg. No joint shall be poured whenever there i3 tree water io the trezich that can enter the pipe joint. C. All pipe joints shall be properly centered end thorovgh]v caulked with a gasket of well twisted or braided oakum firmly bottomed in the bell. Caulking shall be faithililly executed and in such a mrnnsr as to inure proper seating of the oakum without ove.rstaining the bell of the pipe. 6. C,.,M0UNDBD M11173 The calarn joint shall be caulked in such a manner as to prevent any of the jointing con pound from panning into the pipe and so pieced so as to leave not lees than 2/3 the depth of the annular space for the jointing compound. The compound small ba penned at a temperature of not less than 430° F. and nor more taan 460' F. 27a runner shall not be removed from the joint until at least 15 minucos after the corple'V.on of the peer, or until the compound at the pouring opening is no longer soft or pliable. ' .is joint compound sheheated shell be to a uniform consistency in clean kettles _r other utensils. The heating and pouring vessels shell be properly flroad flrom ai:lfu ora materials, and no pouring will be permitted with campoind that is frothy '.oeaaae of either chemical or mechanical agitation. All joints shell be ran full at one pouring. The vessel ueed for po ting shall always Centain enough material to flll a complete joint at one pouring. The vessel sed for heating the compound shall contain enough for pouring several joints and :i7:all 1> looated not over ,rD feet, from the joint to be poured. Only enough compound for one days pouring shall be heated for nee. At the end of o�sch day time kettle simn be emptied and cleaned of all settiemart, crust or scale. 7. BRICK MUMMY The this?.naas of wells for brickwork shall be 8 inches unless otherwise specified on the plane, with appropriate concrete bass. All brickwork shall be %ell bonded, with the maximum width of joints betwo.en brioks on the inside of structures not to exceed 3/8 inch,. Brickwork shell not be laid upon the concrate foundation within. 3 days of the roaring of said foundation. All brickwork shall be built to the lines and dimensions shown on the place. Mortar for laying brick or for plastering shall consist of one cubic foot of cc:vnt and 2 1/2 cubic feet of sand. 12- 32 SECTION 12. CONSTRUCTION DE US (SEWER .Riniaa mortar shr)1 conEiat of ore cubs foot of cement and 1 1/2 cubic foot of sand. (1reut shall conaist of one cubic foot of cement end one cubic foot of sand. All brick shall be clean and tT.orough).y wet irGredi.ataly before laying,. Each brick shall be laid wi.*, full mortar joints on its bed, and and aide at one operation. In no case will slushing or grouting of a joint be allovad, nor will a +,oint be made by working the mortar after the brick is laid. No brick she'..' be laid in water, and no water shall be allowed to stand or ran upon t.ke brlci,-cork until after the mortar has hsd its fincl set. All joints ib the inside of structures shall be neatly struck and pointed where plastering ie i'iicated on the Plans. The outside of all structures ens the inside of all manholes shall be neatly plastexc+d with mortar 1/2 inch thick. After such plastering has set, tine interior ,surfaces shall be brush finished. "d. 3YMOSIUMC TnZTS After asss:nb%v of all or any portion of the sewer lime, as designated by tha z^,ginaer, and prior to the undertaking of any backfill procedure, Qxcegt for Com- ;acW shadi-rW, between the belle, which are to remain free of beekfill material for 'viaunl inspection, the Contractor shall conduct a hydrostat.0 teat of the sewer line. '41Re hydrosta'.::,c test pressure shall not exceed that of the most eevere Operating conditions. v"". FACF�'II,?.INO The Contrnc'tar anall'' backfill all open ditch or bell -holes created b;, him diwi.ng the course of the work ae folla+eT e, 1_2.1 backfill material shall be made free from rocks, debris and other coarse materials prior to ite introduction into the ditch. b, Baekfill shall be moistened before being, placed in ths ditch and shall Ds placed in layere not to exceed 4 inches in depth and tamped to prov.de a mioicum of 90% oompectien up to a depth equal to 6 inches shove the bell of tTv pipe in the trench. e. Bsckfill shall be laid in layers of not greater than 6 inches depth and suitably eanpeeted, to provide a minimum of 90% compaction, hp motstening and tamping from the hstgAt described in (b) above to tk:e maxi.3um height of the earthen backfill prescribed., 12- 33 SEC1106 12. CC!NSTWCTION DMILS (SEWER) Caapection of backfill over utility services shall be made by tenping in layers of not more than 6 inches in thickness until the ground surface is reached. This tagDJ.W shall extend 2 feet on each aide of the service line. Where permitted in writing by the Cit, 5WIneer, bacsfill above a plane 12 inches above the top of the pipe may be made it layers not to exceed 30 inches in thickness where tamped with compaction equlpaent equal to the hvdrahememer. F4ckfill over the pipe laid along the slope shall be brought so as to conform to the slope of the bank. d. Where specifically designated by the contract plans, or ordered by the Engineer, the Contractor shall be required to sand bed and shade the sewer line according to the followings The sewer lire shall be laid to grade on a consolidated simd cushion of 6 inches minir= thielmeas in the bottom of the ditch. When hock- lVlin� is caremanced the ditch shall be filled to a MIMMM of 6 inches ehove the highest point of the bell with sand. Tan sand is to be consolidated by jetting or puddling. After the jetting; or puddL.g is completed and approved by the City Enginear, bactfiiing shall be continued as described in S-c above. 10. SFl rR (e)NNiE11GN The Contractor shall mske all connections to existing sewer lines, and existinz and propcoed mmnholes at to antra costa to the city. 2i.. SA.LYAGS The Contractor ahall deliver to the City of San Buis Obispo, at a point rtlt'nin the City as designated by the Sugineer, and store on the premises fittinga and other miscellaneous items so removed from the sewerlines, and the Contractor is responsible for such talvape work and seeing blot care is exercised in the removal and delivery of such items, and he shall replace any such items damaged by his operations. 32. wA)9ZNT ull compecaeticn for complying with the construction details and provisions thereof, shall be considered se included in the contract uriees paid for the various i,teno of work listed in t.,o proposal and no additional compensation will be allowed t�remfor. 12-3h S.EUIFICA TION OF rLt TE.9.IA LS a. Cast Iron Hell and Spigot Tape This pipe shall be Class 150, tar coated o,itside with a bitumimue seal coated cam�nt mortar liVMg and conforming to the latest revision of Federal Spceifi- cation WN-P-421. The ceasnt mortar lining shall conform to ASA Specification 1 21.4-1952 with the mceeption that the eenont-mortar lining thickness may be 3/32 of an L`+ch. b. Fittings All cast ircn fittingn shall be of the short body pattern conforiing io American Standard Specifications A 21.10-1951. All fittings shall have a bitaminons protective coatingand be convent lined inside. C. (late valves Cste valves shall be of the A. t. W. A. type, iron body, double dine breeze mounted, parallel Beet, nwrn-rising atom, nut operatad, open left. For Lisa with bell npigot pipe the val,.ee shall have hub ends, and shall be of the flarred typo for use with flanged fittings. d. Jointing Meteriela For bell spigot pipe joints the yarning materiel shall consist of either asbeatoe rope or rubber rings. `tubber ring, shell either be Smith -Blair Waterlock Ring•,, Hyde-Ro rikga or approved equal. Asbestos Rope m:MJ2 be Johns :Tanville or equal. Lead for caulking shall be common desilverised lead conforming to A. S. T. M. Specifications H-29-4UT. THS;,'CHIM WATERI.INC COURSE The ditching operation shall be conducted by means of machine or hand tool methods at the discretion of the Contractor, as approved by the Engineer, slong a route as established by the attached plane and drawings. The depth of the ditch shall be sufficient to provide a minlnuam of 30 inches of cover over the top of the pipe, except as may be specifically designated otherwise. Further, the ditching operation sbsll be so conducted as to provide uniform slope gradients throughout the scope of the operation. No sharp breaks of contour sufficient to cause diasproportiorate was -,sage of joints, etc., will be pemitted. The minimums width of the trench shell be at the discretion of the Contractor, provided that such width shall be$ in the opinion of the Engineer, adequate to conduct the laying of the pipe, caulking of joints and compaction of backfill belay and adjacent to the pipeline. 3. MUDLi2A OF MATERIAIS The Contractor shall to reeponeiblo for the proper careful. handling, including hous.+-ng and proteetiowu, of all materials until the final acceptance of the contract wort by the City .W—j*er. 12-35 SECTION 12. CONSTRUCTION .UETASIS (WATERLINE) 110txrials roughly or imcroparly handled ma;, be *ejected for use by the City Engineer contingent upon tho potential damage which may rrflcet in the later per- formance of the System. Methods of joiiitly+, handling or assembly Shall be dubject to the approval of the §:agi.neer prior to the execution of the operation, but this Shall not be construed as setting aside the .reanoneihility of the Contractor for materiels damaged during such nrocedlres. b. ASSEMBLY GF WATFRLIn a. General The Contractor shall conduct all operations incidental to the assembly of the pipeline, including all jointiry; reterial and fittings not furnished by the City, by methods approved by the Engineer. This shall include the Stringing of the _nape along the Yaght-of-way, lmering the pipe into the ditch, makeup and fitting the joints. It is understood that the standard are accepted procedures of the AW,,* and otner ;motional codes will be minimum requisites acceptable for blocking un'4er pipe to maintain slope gradianta, for weight of materials ua-ed per joint, caulked., :..aximum deviation f- m centerllac assembly, are any additional requirements that may he required by the Fnglreer. b. loying of the pipe E+2ry precaution shell be taken to prevent foreign material from entering the pipe while it is being placed in the trench. During laying ol.,erations no debris, tools, clothing or other materials shall be placed in the pipe. After placing a length of pipe in the trench, the spigot and shall be centered is: the boll and the pipe forced home and brought to correct lire; and grade :4a pipe shall be secured in place with approved backfill meterial tamped, 1n it inch layers, under the barrel of the pipe. bells shall be clear of backfill material to allow for visual inspection. Pipe and fittings which do not allow sufficient and =Votm apace for joints s;.all be removed are replaced with fittings of proper dimsn- Siora a..o insure such wi.forn apace. Precautions atoll be taken to prevent dirt from entering the joint space. Shan Sipe laying is not in progress the open onde of the pipe shall be closed by a aetertight plug or other mearm approved by the Engineer. Joints of the pipe in the trench which cannot he poured during the working day shall be caulked with pecking to hake them as watertight as possible. This provision shall apply during the noon hour as well' as over night. It water is in the trench, the seal Shall remain ir. place until the trench is pumped dry. 12-36 • • . 0 SEC+LON 22. COffiMUMON ➢EUILS (WATE_ INE% c. Cutting ?ipo Tha cutting of pipe for insertinfc valvess fittings or closure pieces shall be doze in a neat end workmanlike manner without damage to the pipe or to the eem. nt ;:ining and so as to leave a emocth and at right angles to the axis of the pipe. The flame cutting of pipe by means of an oxyacetylene torch small not be glared. d. Direction of waving Pipe Pips shall be laid with the bell ends facing in the direction of laying unless directed otherwise, by the Engineer. e, Parn2seibla llaflection at the Joints. Wherever it is necessary to deflect papa from a straight line, either in the vertical or horizontal plane, to avoid obstrxtiom or to p1min valve ate^,a, or where long, radius curvas are parmitteds the atount of deflection allowed shall not exceed tat inquired ibr satisfactory caulking of the joint, end shall be approved by the Engineer. f. Unsuitable Conditions for Laying Pipe No pipe shall be laid in water or when, in the opinion of the Engineer, trench cone-itio+w are unsuitable. g. Yarning or Packing Material Yrnin or packing material shall consist of one of the following= (1) mo's.W.. or tubular rubber rrngs or (2) asbestos rope. The above materials shall be handled with care in order to prevent emtsmiaaticn end shall be dry when placee in the ,point. The material :need shall be free of oil, tar or grosey substances, h. :'lacing of Yarning Material The yarnJi ng material shall be placed around the spigot of the pipe and shall '� of the pro,er dimensions to center the spigot in the bell. When the spigot is shaved home, the yarninc, material shall be driven tightly against the inside base or bob of the bell with suitable yarning tools. A single strand of yerniing material shall have an overlap at the top of not mmv than 2 inches. Wham more then a single straw; is required for a joint, cash strand shall be cut to suf;icient length so that the *--ids will meet without causing evarlap, &)do of strands shall meet on opposite aides of the pipe; not at the top or bottom. Strands of yarning material shall be driven home seoarately. 12.37 SECTION 12. COMMOTION DETAILS (WATERLINE J. Depth of Joi-ntiag Matarial For laved joints a ,pace not less than 2 IA inches in depth shall be left in the bell. j. Heating and Pouring of Lead Land shall be has tee, in a melting pot kept in easy reach of the joint to 1A poured and uhall be brougi:t to a proper tampersture so that when stirred it will show a rapid change of color. Before poising, all scum shall be removed. Each joint shall be made with one continuous pour filling the entire space with 1•aad. Spongy or imperfectly filled joints shall be burned out and repoured. k. Position of Joint Runner The: joint runnar shall fit snugly against the Lace of the bell and the outside of the pipe and shall be damned with clay to fora a pouring lip to provide for _`ill.in; the Joint flush with the face awl to the top of the bell. 1. Caulking lead Joints After the lead has cooled to the temparnture of tho pipe, lead joints shall be cei:11kad with pneumatic or hand tools operated by competent workman, until such joints .re thoroug`:ly compacted and water tight. The finished joint s}sall show a hard and even hs,.mered surSace overall. Care shall be taken not to overstrain the bells earinr caulking. 5. SETTING i,-P MS M-W FITTII*S a . Ceae...l Valves, fittings, plugs and caps shall be set and jointed to pipe in t;%a ^canner heretofore specified for cleaning, lztving and jointing pipe. 6. HIMOSTATIC TESTS After assembly of all or any portion of the pipelines, as designated by the plans and prior to the undortskinf, of any beekPill procedure, the Contractor shell conduct a hydrostatic test a� the assembled pipeline. Tide shall consist of introducing hydroetatic pressure in an amount not lea* than 150% of the nominal working pressure rating of the pipe for a period of not less than 12 consecutive hours, and by suitable methods of observation, i.e., metering or •,r_sual determination, establish that thore shall be no leakage due to faulty materials or workmanship. Any such leakage or other observed lulte shall be repaired by the Contractor to the satisfaction of the City Engineer. 22-•38 SEC'TIO1112. CONSTffiICTION DL'MM (WATERLINE) HACXFILL114G The Contractor uball backfill all open ditch or bell holes created by him during the course o1 the work as fol.lowst t. A11 baokfill rotertal shall be free from rooks, debris, and other coarse matariele prior to its introduction into the ditch. b. Beckfill shell be laid in layers not greater then 4 inches depth end moistened and taryped to prm-lde a mininwm of 90% compaction up to a depth equal to 6 inches above the bell of the k:3ps in the trench. C. BackfYll shell be laid in layers of not greater than 6 inches depth and suitably compacted, to provide a minimum of 90% compaction, by moistening and tamp- ing from the height described in (bi above to the mLcimum height of the earthen Wick - fill prescribed. In lieu of the above requirement, and whers pemrttod in uriting by the City Bnginmr, backfill above a plane 6 inches above the top of the pipe may be t &, in layers not to exceed 30 inches in thickness where tamped vith compaction aquipment equal to the 'Fgdrsh comer% B. DIS-WIZTION OF THE LIM The Contractor shall furnish labor, equipment, and chamica75 to dis:.nfcct the vater),Ine installed under the contract. The disinfection of the line shall consist of the introduction in the pipeline, ouitnbly mined with water, of M11, 1'erchloron, or other chemical compounds of equal chlorine valus, while the pipeline is being filled with walar. A bleeder shall be opened at the farthest point, in the line, sway from point of introduction of the oharr,cPl and water mined with the enemical shall be purged until by tests taken by Cute 44,inser, the chlorine content is deemed sdegiwte. Disinfection shallbe in conformity with A. W. W. A. Standard Procedure for Disinfecting Water Paine C 601-Sly. The pipeline shall then be isolated for a period o1 24 hours and further teats taken by the Faiginsor tc determine if the lire in adequately disinfected. If further disinfection in required, the above procedure will be repeated until satisfactory results are obtained. Following satisfactory disinfection, the line shall be purged with water until the orthetol.odlns teat shows absence of free chlorine. 9� CITY FACIIITIES 'n'bere sewer or house lateral, ate encountered in the trench and they would interfere with the laying of the pipeline, the Contractor shall have the option of either removing said sewers or houze sever laterals and replacing the area, or of excavating the trench to such depth as to permit the laying a the pipe below tne said sewers or house lateral sewers. Compaction of baekfill over utility services 12- 39 5XTION 12. CONST'.?UCTION r�i}11]S (WA TEHI.INE) shall ba made by tmncinC in layers of not more than six (6) inches in thickness until the grannd surface Is reached. This tamping shall extend two (2) feet on each side cf the cornice pipe. When acid sewers or house sewer laterals have been removed or cut through, the same shall be replaced in a wortamanlike manor and so as to provide an adequate fall from the building to the main sewer, without traps. Where it is proposed to lay the said pipe updar a hou--e sewer ]a Oral. the pipe- line shall be so ]aid without the sea of any bends and/or fittings. tie cost of retuning and reylaeirrg sewers or heueo saner laterala, or the cost of said relocation of the pipalim, due to said sewers or house sewer laterals, shall be considered as included In the contract prices paid for the various its= of work liatad irm the proposal and no additional compensation will be paid therefor. 10. T7.E-IVS TO IXLS1'IN6 WLITE.R t.WINS the Contractor shell ;^program this phase of his work, in order to interfere as it.tle as possible with thenormal operation of the municipal water+:orks. Concrete thrust blocks and pads shall be provided at locations as irdiicated in tac details of the water line. Cots enestion for the tuxtishing and installing thrust blocks shall be included in the contract prices paid for installing waterline and fittillga, and no additional compensation will be allowed thamfor. 12, PAYMENT Pull compensation for campling with the construction details and provisions thereof, ;tall be considered as included in the contract prices paid for tho varicus .i ww of work listed in the proposal and no additional compensation will be allowed therefor, 23. SA]NAGS Contractor shall deliver salvaged materiel to the Buchon Street yard. ]h- KCN'15iOFx {WATEHL W Work covered by this contract dale at night at the request of the City will be cansider,d for extra compensation only on the basis of the difference babaeer, normal daytime coat and the cost of the oame aork done at night. 75. MUSE SER`lICE CaNKCTIONS Any house service wnnsctiono to be made shall be fully In accord with the wterials and procederes set forth in the City Specifications 12-40 SECTION' 12. CONSTRI:S.ON DETA II9 (FIA TfltI.IftE) Comprrsation for reconnecting e.,dating water services shall be included in the cost per linear foot for installing the new waterline and no additional compensation will be allowed therefor. 16. C,)NCRETE STRCCTJRE (tiALVE YAULTL a. Conatruction Concrete structt,�sa agil confonm to the applicable requirecients of Section 27 of the St<ndard Specifications. Curing the conoraie by means of a pigaented sealing empound conforming to the requirements of Section 25, Article (k) of the Standard Specifications will be permitted. b. The contract price paid for the construction of the valve vault shall Include full compensatlan for furnishing all labor, equipnort, and material required to complete the structure. :he contract price paid shall include the cost of the cast —4-on va�:it covar and no additional empensation will be allowed therefor. 32-irl COPY COPY coFY PWY 0 CGYY aiPr PORTION OF REPORT LNTITLE:D FOUNDATION INV3STIOATION FOR TRc: PROPUSGD JURIiBON 0TRM"T Lal)iiRPASS San Luis Obispo, California Made By WOWWARD, CLYDE AND AS::Ov^IAM,;S Consulting 01vil Sngtneers Page 4 LABORATORY TESTS water contents, dry densities and unconfined oompreselve strengths were determined for each sample if possible. The results of these tests sr's summarized in Table 1. Reslstanoe to penetration by sampler, unconfined compressive strengths, water contents and dry densities are shown together with the corresponding sample locations on the loge of borings, Figs. 2, 3 and 4. SOIL CQUITIONS Some fill had been placed over the site at the time of waking the borings. This fill consists of sandy clay and clayey sand with variable amounts of gravel and. in general, is rather poorly compacted. It varies In thickness from practically zero at the eastern aide of the structure to about 20 feet et the veatern aide. The orlginal surface soil was found to consist of a firm to stiff brown sandy r_lay with rook fragments, This is underlain by dense sandstone and Shale, the upper 5 feet of which is allehtly weathered. The surface Af the sandstone and shale tilts downward in a northwesterly direction. All the underlying soils below the fill nave good densitiea and unconfined compressive strengths and are low In comproaaibility. rho stiff sandy clays, however, have lower strengths athan the deeper aandstone and shale deposits. Free ground water wee encountered at a depth of 27 feet at the west end of the proposed structures and no water was oncouatarod at the east end. Page 9 °y..skF.ATOO.n TESTS Ito particular construction problems are anticipated. The hlghest .r.tor level observed was at about elevation 221 which is about 5y ft '� low t}xa recommended minimum footing depth. This water level may rise during Via winter season but shouldnotrase n�o+a 'Ire level. It is our opinion that the excsvetions in natural soils will stand •rnrt.5 ,,,..F7v yr rttcp.11.7 for a short period of tt.me doing aonatriintion. The il nat:rial_hnwavar. wt-il nraImbl,v nave t.o 61,1' ryq no- .,., r...,+ .» #r tiori�onVnl to 1 vertical) in order to be stablo during exenvatl.on.. 1.0 o+u• _,pinion that the excavation can be made wi*hout b1n,z'A-i: �i.ae 11pping may be required. �412 g 1 ?1ji0 jN 1 5 a ��� tit SI , �� I 1, @y gg gg asa yNFyNo7 y� via w s Center Line of *sting Main Line t 1 Abutment Yew Ste nBn f Hole 3� Hol 5 EIIJTIXG STRUC -.Toksaern�5i�eet— r Center Line of New AUgament f "3" Hole it Side-.wlk --vy Sidewalk -a,y„ Hole 2 s f ? 1 E nom I - SITE PTAH SCALE 1" - 20, JCHNSON STWAT 06TAR ASS Hole 2 •ate tyeeditrt dn:se�vet,clsyoy sand gravel (flll) 5 '? ILLI Fi mymoiaty yellow -brown sandy { rl clay with sere gravel (fill) 10 15 1 Q fla'aer lio Stiffywet, grey sandy clay with organic matter and wood (fill) '1 Sample 2-1 l2 blo S Wws/ft j- 2 D''D 1103 S 10 - 1850 i� Y; ' Sample 2-2 WC bl 8sJft DD - 11i Si UN - 2100 r Halt b • l'°�Y . Elev. 214L.1 _ I Stiff'Moist, �S Stiff.auisty yellow - ,*town clay wic. gravel (fill) ,I u ,cc-77"eamp a [- ,'f' 20 blown/tt �i Wa-15 �1DD VN — 7420 ei !yi Stiff, rnaist, tan -brow very sandy ! clay with rock f'ee$a=ts O1 i, ikusoy din;-y br'Ya^. weathersd s,nGStaaa and shale a i• � 1'>ti alaeaJft 5 I t iL^O blv:*s/ft Stiff,driipy yollow.,brvn sandy c-z.; stlff,wety dark broom sr :y c'z; very atiff,moist, yellow -brown spryly clay Daueey yellow -brown xostlerad sane; stone. KE1 syltLm,.. tA;Y.Sz2' - F �y, a Hole 1 G• Surface •Hole 3 • C�Pfi SINT. 2k5.1 E34e. 239.1 2iz,. ;n stifX, d--ap, light-b,"n PY Lase, dryq bra in ennvy clear critic sand? clay \. fro; seats tan) `� Stiff^, dnmp, yelUw-bream sanriv AZ - 9 T-%i1 wt dense to dense DI) 121 vsllasr-brown weathered ON - 9610 sandstone 7o, - donee, d=p, vollm-brmm _ e'=t;: ,Il, ix-thered sandstaw Film to 9td.ff, brown Bandy clay v,^ith orotrie material (fill) Sample 3-1 23 blawa/ft We-25 DD-96 MN - 5760 Sample 3-2 6 blws/ft wG - 30 nr, - 65 w � Sample 1-2 blows/ft �c 6 - Mi� Tery b:'od:: �+ blas/ft cst� c7sy +i4 - 23 y DD-100 I uie — 5510 . j F I Very donee, 7ullow-brmm sandst ne ead shale Stiff, moist to wut, light rargls 3-t bresm se;eT clzy 16 blosre/ft WC 23 T1U' .: 102 ! ' Sample 1.3 325 blame/ft aC-6 DD - 1.20 Un _ 2540 j le 3-$ I 12 b ,I 12 blots ft tie-33 39W Elrsa to stiff, saturated, light cram fins study c107 ht,Y - see figure 2 tt' Water 7 - �Sam 3-6 bA 16 bless/ft WU - 21 Ia 1[ DD - 107 1 sandy slay with av3u.',p2:.rra :" diem eenae i4 . sandy clay end wcr :.,.r:d r_..�a°x•.c; i[1�Gl�A rJ SUlfAee 9010 4 �_. 1 ' fi) Stiffdry, brown s€ndp clay and gravel WF clayey i4edil 7 Sand wet, Yew -brow ll\ (RIO rYl and gravel (� Semple 5-1, +� 13 blowe/ft WC 10 Stiff, moist, yellow DD - 126 brown sandy clay (fill) W - 4390 Sample 5-2 U blcws/ft 40 - 21 DD - .104 Un - 4640 Firm to Stiffs wet, dark brv-In and yellow brown aandy clay with Some gravel (fill) WIC DD - 121 UN - 9560 Stiffs damps yellow -brown sandy clay ipl.e 4-2 blows/ft Heam dense to dense, 9 brown weathered shale we + 125 sandstone Is 4-3 blows/ft Demo, damp, yallw-brove weathered sandstone Dense, oiarTge••brwn sandetche and shale Sample �r3 Simple 20 blown/ft we/owft WC - 24 450 bls/ DD - 101 UN - 5610 Stiff, woist, grey -brown sandy clay Sample 54 24 blows/ft We - 24 DD - 103 UK - 4320 TM - See figure 2, 1 Stiffs wet, light brown Sandy clay sample 5-5 Pedium dense, satorated, 47 blowr/ft brown weathered sandstone FIGURE 4 - LOGS OF HORIM3S Melt A11pent Tr„ire' �V 240- �J 230 c _ y 210 %1eI Best Aup� nt Present Gz�und Surf e V Sr T I F F J-S A A" D Tr SQAS i "';\ FIQDR3 5 v SFCTIOU "A - An a Vast AUvt t i FILL East Alignment ,(Praeant ground surface Raoonmendad Fo¢tiag Depth 220 +5 TSFFe 6 A N D 7 C AI rzavRv. 6 . 59CT20N �D' . s^ San Lute Obispo, Oslifornia late January 31. ,195�,_„_,_4. (:iL7 cf Sea Luis cbia,w. This 1� tc certify tha Juhpaon Underpass, Project Unit n 2 and Unit Y 3 iat` 8 cZ;Eip eted t e following amount of work July 5. 19_, 7 dr.c of contract, to January 31, 195_ -- Estimate Number Seven (7) Ruiz OF "TOTA. 7Ci WNE" DURING TV15 F:S:TMATY". ,..•. OD VALUE OF "TOTAL Fill DONE" PREVIOUSLY REPORTi.�— VA - CF WIML n M . 7CNP '^.: 4Tc Contract Unit a2 443.o0 29, 528.00 Unit H3 5 186.30 43 379.75 4'+, Change Orders C. 8.1, 2,3,5 4,605.31 Total per ottaehed. C. 0. p8 l,ga)i.67 C. 0. 6,R72.53 C. 0. d9 3C2.r'' Total value of work done ................ $ 85,409.58 io aM� value of "materials on hand" ee per detailed statement furnished by Contractor ................ $ Total of "Value of Work Done" and �11IR-erials an Hand. .................... i—`85,a1'09;58 — leductkons1 Less 0, of "Total Value of Work Done" 8 8, 540.96 La99 LSO! of "Value of '^aterials on Hand" $ Less a Of _ _ $ Total a uct ons ............................... $ 8,540.96 nbtotal....................................... $ 76,868.62 '.'Wduct previous payment or payments............ 4 69,761.75 Total amount DUE THIS SIMMATE................. 9_1,106.87 Contract price y79.267.00 I of work com- pleted to dote 108 % ?jade bye RN Checked hy, TAJ A;)proved by: GFR City Engineer PAY ISTIMATE BREAKDOWN Contracxor: :Madonna Construction To. — !late Jamery 31, 1958 _ Page -Jo, 1 of 1 Pay tstlrate No. S en t £or Project Johnsm Street underpass Unii%4�'—" (Show- breakdo•.ai or each pay 0811eta. .uantltlea are ae Cllal' ti.ve No. Itmn QlArtity Unit Unit Coat Total 1 Structural excavation Lwp awn 5,310.00 5 310.00 2. Structural Backfill " 73t;.00 e.00 3. Class "C" concrete (fill) 100.00 00,00 A. Class "A" concrate stricture 15 000.00 15,000.00 5. bar reinforcin,, steel a 4 810.00 4,810.00 6. Filter material " 1,190.()0 12190.00 7. Finish coat of paint " 1,000.00 1 000.00 8. Waterproof membrane " U0.00 44n.00 9. Ballast Beck drain 2 ea ;3i 100.00 200.00 10. =alvanized pipe guard rail Lump smn 886.00 886.00 11, 29 971.00 12^ Steel incr ase (Cha re Or,,er;^2) 1,300.00 13.. 31,271.00 Less _ 3,127.10 lC I Lc_ss nrevi. s na;,me t 28,143.90 27 74 5 .20 --- _ FAY: s" 398.70 18, 19, --- 20. _ 21 F 22. 23 - 24 26, 27 30, PAY SSTIMATB BRP.AKi70W1q Cor.craotor: Madonna Construction o. Dete January 31 1958 Pay Fstimbe No. Seven (7) for Project Johnson Street Underpass Unit #3 (Show breakdovin rnr each pay estimate. � uentitles am accumulative) _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Nc.t Itan Quantity unit Unit Coat Total 1. Clearing and ,,rubbing Lum; sum 00.00 7 00.00 2. Earthwork (railroad) " _ 3,470.00 3- Demolish existing bride abutments cc wing walls " _2�ILLO.100 1 '0$ 0.0'a 1 OO.00 b. Earthwork retaining wall .00 645.00 5- 6. Filter material Bar reinforcing steel " 0.00 10-DO 704W 310.00 7- Class "A" concrete retaining wall " '+ r 00 8. Four inch C. I. Pipe sidewalk underdrains 96 !in ft 3.00 288.00 9. Remove Y. C. concrete curb and gutter 9 " 2.00 18.00 10, 3oadwav excavation 7 4 0 cu yd Lmnp sum C 720,00 11. Imported base material 735 Lwm^ s LUMP stun 1 837.50 12, P. C. concrete curb and gutter 963 Lin ft 2.75 2,648.25 13. P. C. concrete sidewalk 5,132 sq I't 1 0.50 2,556.00 14. Water 72 i^. gals 1.-0 108.00 15: Portland cement Type 1I 180 bbls 6.00 1,080.00 16. Cement treated base material 2,834 sq 7d, .35 991.90 17. -Curing seal M. C. -2 2.8 tons 100.00 280.00 18, Class "2" concrete (pavement) 124.5 ou yds 35.00 k 357.50 19. P. M. S. 3 inches thick 21,02,J4 sp it 1 .15 1c3,60_ 20. Deleted ' 21 .. Deleted 22> P. M. S. (miscelleneou-) T21 tons 15.00 315.00 23 Junction box station 2 + 81 left 1 each 100.00 100.00 2L, Junction box station C + 53 left each 300:00 300.00 - 25. Drop inlets station 3 + 50 left R rights !1 2 each 125.00 250.00 26. Drop inlet station 2 + 37.5 left 1 each 125.00 125.00 27, Drop inlet station 2 + 37.5 right 1 each 12 [. SO 125.00 28. Delet=_d- ,,�n i Deleted �� 30 1i" welded steel pipe (install only) i l42 lin ft 5.W 710.00 PPY B5TIMATr PRaKDOVY Contractor' Madonna Construction Ilato January 31, 1958 Page No Z-Or Pay Estimate Ito. Seven (7) for Project Johnson Street Cnderpass, Unii"?3� (.".ho- Mreakdaaai forf r each pay ester.. ivantities a" ece�m+ five. Quantity Unit Unit Coat ".otal 31.: 32. Twent;-four inch C. M. P. ' Deleted 2� 9 lin ft 7.00 1,463.00 33. Ei=hteen inch Cat'. P. 156 lin ft 3.50S�b.00 31 Twent one inch l21") 0. A. P. lsewer 24 lin ft 4.00 6.00 35. Twenty-four inch (24") C. m. P. 72 lin ft 6.20 446.40 36. Construct pmp house luno sum 3 300.00 3,300.00 +7. Purnish and install fittings (i0" waterline) " 700.00 700.00 38. Construct valve -vault (10" waterline) " 600.00 600.00 39. Install 10" C. I, waterline 51- itn ft 4.70 2,420.50 110. 10" gate valves (install only) 3 each 75.00 225.00 41, rurnish materials and make tie-ins to existing lines , p y, - 500.00 500.00 ,12, Disinfect lines (10" C. I. "aterline) " 500.00 500.00 t13. Construct manhole 1 + 56.75 '- each 250.00 250.00 3 + lb.25 1 " 250.00 M.00 a 4 + 36.75 1 " 350.00 350.00 CO 5 + 63.10 1 11350.00 350.00 V. c'urniah and install 10" V. C, sewer 507 lin ft 5.20 2,636.40 48. Burnish and install 10" Mechanical 3oint pipe 5h lin ft 10.00 540.00 09, ?related M. S. curb L 25 lin ft 1.00 2,.00 %U Chain link fence (4' high) 108 " 3.00 2':.00 2 _ _ B 566.05 23 ,-� Chance roar #1 1 451.40 2, - Change Irder #3 1,283.20 24; Change I rder e5 170.71 26_ ihanre rder #8 1,884.67 2? Cham,e *-der Y9 382.5 28. ._ 54,138.58 29 y , r 0 TO BE PAID 35 DAYS HENCE City of San Luis Obispo: This is to certify that 1. O. Box 910. San Luis San Luis Obispo, California late ..nuary 31. 195_8 CONSTRUCTION .es complet the following ❑:»ant Of work 'uY 7 date of contract, to danuz:9 31, 1958 Estimate Number Eight (8) FINAL �A OF "TOTAL WORK la:A; :" �U.SNF iIi , DONE" PREVIOUSLY VALUE OF "TOTAL WORT(IL VA 0' - 7•r Lrn&." To WTE yi. Contract 29,971.00 29,971.06 48,516.05 46,566.05 tiorx Change Orders per attachedt Co. Total 6,872.53 6,872.53 Total value of work done ................ $ 85,409.58 To—W value of "material" on hand" We —per detailed statement furnished by Contractor ................ $ Total of "Value of Work Ilene" and lteriala on Hand. .................... $ , 09. 8 Deduction s Leas 10 of -Total Value of Work Done" $ Lra9 0 of "Value of 'aterisla on Rand" $ Leas`.. of $ otB M—f ona ............................... $ Subtotal ....................................... $ 85,409.58 Deduct previous payment or payments............ $ 76,868.62 total amount DUE. THIS ESTIMATE ................. 0 8,540.96 Contract prl.ee $ 79,267.00 % of work cae plated to date 108 'Made by: 517 Checked by: Approved by: City sneer er- 0. city of San Luis Obispo: This is to San Luis Obispo, California Late Jamary 6. 19`_ COMPANY JOHNSON STREET UNDERPASS. PROTECT UNIT #2 and Unit b3 s camp a ed e followbig ywunt of work em &te of cont.r._ct, tc January 3, 195 6 . Fatimete Number Six (6) E 'T "TML WORY. .':ON::" LURING THIS 'r�TIi1A Ei OD—� VALUE OF "TOTAL :WORK ME" FREViOUSLY VA LZE 0 DONE" Tv UATE Contract Unit u 2 . none >;29,528.00 ti29,528.00 Unit 11 3$ 0 2 22,346.23 3 3 s Work Change Oruere None C. 0. N1,2,3 & 5 c. 0. per tttached: Total 34,605.31 Totals $L,605.31 Total value of work done ................ $ 77,513.06 .ota value of "materials on land" ;8—per detailed statement furnished by Contractor ................ $ Total of "Value of Work Done" and serials on Hand ..................... $ i oeductio : leas 10 of "Total Value of Work Done" 8 7,751.29 Less ��,. of "Value of'9ateriala on Hand" 8 Led a^ of 3 ota uc ona ............................... $ 7,751.29 subtotal ....................................... $ 69,761.75 Deduct previous payment or payments............ $ 57.131.59 Total amount DUE THIS }STL"IATE................. S 12.610.16 Contract price $ 79,267.00 A of work coa- plet<od to date 9?. % 4aue by: :ilV Checked by: TAJ Approved by: DER B7 4VATID city F. !'AY FSTIMATE DH[A-YDOWN Contra.... onna C a r%; tion Da e d a i r 1 B x 4_.r.k_-,_ pay P.s ticcate NO. for Project__'� Mow brew down £or each pay estimate- .vantitiea are ocrumulative _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ .. _ _ . _ _ _ . _ _ _ . _ _ _ - - - _ _ _ _ _ No. Stan Quantity Unit Unit Cost Total Under Unit #2 there was no Mork done during t e pay erl*4. 2. L, 5. 50 7, 8. 9. 10. 11. 12, 13. it . 17, 19. 20 . '1. 22, 23 2�. 265. P7 PAY ESMATE BRFAYDOW I Contractor- Madonna Construction Co. .'late January 6, 195N - page Nos_ _ 1 e£ 2� Pay Fstim�.ate go. Six (6) for Project Johnson Street Underpassp Unit-A"3!�- (Show breakdown or each pay estimate. •-usntit es are sccvm Live - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Item QA tit Unit Unit Coat total 1. Clearin. and grubbirtg Lump sum omp e e 100% 700.00 700.00 2. Earthwork (railroad) " 100% 3 470,00 _ 3 470.00 3, Demolish existinE bridge abutments winR walls " 100% 1,500.00 1 500.00 h. Earthwork (retanirkg wall) " 100% 645.00 _ 6h5.00 5. Filter material " loon' 70.30 70.00 6. Bar reinforcin_g__steel_ ° 100% 310.00 310.00 7. Class "A" concrete (retaining wall) " 100% 1 375.00 1 3 .00 8. Four inch C. I. pipe sidewalk underdrains 96 lin .ft 3.00 288.00 9. Remove F. C. concrete curb and gutter 9 " 2.00 18.00 10, Roadway excavation lump sun 90% 5,720.00 51W-00 11. Imported base material " 90% 1,837.50 1,653.75 ` 12. P. C. concrete curb and gutter 963 Lin ft 2.75 2 648.25 13. P. C. concrete sidewalk 5,132 sq ft 1 0.50 2 566.00 14. Water 10 M gals 1.50 15.00 19, Portland cement Type 11 170 bbls 6.o0 1 020.00 16. 17. Cement treated base material Guring seal MC-2 2,671 2.80 s tons 0.35 100.00 934.85 0 O.AO 18. Class "B" concrete (pavement) 123 cu yds 35.00 4 305,00 19. P.M.S. 3 inches thick - s- ft 0.1 i- 20. Hi-visc emulsion (seal coat) - tons 100.00 21. Granite screenings (seal coat) tons 12.00 22, F.U.S. (miscellaneous) - tons 15.00 23, Junction box station 2 + 81 left i each 100.00 __ 100.00 24., Junction box station 0 + 53 left 1 a comp each 300.00 225.00 25. Drop inlets station 3 + 50 left and right 2 each 125.00 250.00 26, Drop inlet station 2 + 37.5 left _ each 125.00 125.00 27- Drop inlet station 2 + 37.5 right _ each 12K.00 125.00 28> Delete from contract _ 29• Delete from contract 3G, !]l" welded steelLije (install on1Y) __! 142 lin ft PAY iSTIMA-E BRUX:OWN Contractor: Madonna Construction Co. Date January 6, 1958 Page's 2 of 2 Pay tstimate No. for Project Johnson Street Under ss iTnit-5-i_ (Show bre darn or each pay estimate. vuantities are accumu Live, - - - - - _ ' - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - No. IU n 4Uantlty Unit Unit Cost iotal 3 1• 32e Twenty-foX ,inch C. M. P. eted, ran contract i-n - 0 - 3s00 _ - 33. M lin ft C 1&6600_ i,. 1+entZ2Li2 inch (21") C. M. P. (sewer) 24 lin ft 4.00 96_00_ 35. Twenty-four inch 124") C.:M. P. 72 6.20 446.40 6. Con truS.L_p2MR house lump sum comp 3,300.00 2,970.00 37. Furnish and install £itti s (10" waterline) " 00.00 00,00 38. Construct valve -vault (10" water line) " 600.00 600.00 39. 1 Install 10" G. 1. +0ater lice 515 lin ft 4.7o 2, 420.50 40„ 10" gate valve (install only) 2 each 75.00 150.00 dl. Furnish materials and make Lie -ins to exist lump sum 500.00 500,00 12. lines Disinfect lines U0° C. 1, water line) It 500,00 500.00 43, Construct manhole G 1 + 56.75 1 each 250.00 250.00 h4, Construct manhole 6 3 + 14.25 1 250.00 250.00 h5, Construct manhole 0 4 + 36,75 1 350.00 350.CC 116, -,oretruct manhole at 5 + 63.10 1 " 3?0.00 350.00 117. Furnish and install 10" V. C. sewer 507 lin ft 5.20 2,636.40 U, Furnish and install 10" mech. Joint ipe 54 lin ft 10.00 540.00 h9. Monument wells each 0.00 I-0. P.N.S. curb - lin ft 1.00 - 1. Chain link fence (4' high) 108 in ft 3.00 129.6C 2. 3, Chax P. Order a 24. Char -e Order N 1 A 25. 1 �hpr Fe Order 5 170,71 26, 46 685.06 27. less 10% 4 668. 1 28. 42 016.55 29. Less prey ious paym nt: 29,386.39 ... This eatilite PAT?1' • San LUis Ubispo, Ualu ornio Date December 6, 195.1_ City of San Luis Ubiapoz This is to Johnson Street Underpass. Project Unit #2,and Unit d3 ss chomp a=Fe o .iow r r_ount of work from jJ lv 5, -L— date of contract, to November 30. 195_j_• Estimate Number Five lr) 1A DONE" DURING THIS ITi TPU! %1�li VALUE "TML WORK DONE" FMIOUSLY REPORTM— YAW. ' nl DONE" TJ HATE aad�a Contract Unit#2 1,084.25 28,443.75 29,528.00 Unitn3 ll 829.58 17 516.6K 29 346.23 ra xo C.0.#1 1,851.,0 Change Orders C.0.2 1,300.00 Change Urder per attached: None C.O.$3 1,283.20 Total: 4,605.31 Total value of work done ................ $ 63,479.54 TOW value of "materials on hand" ai per detailed statement furnished by Contractor ................ $ - Total of "Value of Work Done" and "tot-eriala on Hand. ....................: 3, 79. Deductionsz Less 10% of "Total Value of Wait Done" 6 6,347.95 :css � of "Value of 'daterials on Hazel" i - I.ess `y' of 3 - _._. o e T uc aoa ............................... 6 6.347.9g Subtotal ....................................... S 57,131,59 Deduct previous payment or payments............ t h5.509.1L Total e',ount DUE TM FSTrM TE................. 6,1,622.45 Contract price $ 79.267.00 % of work coa- pleted to date go 5 Mode Check" Approved by:� ith City PAY ESUMATE BREAKDOWN Contractor: Madonna Contraction M. Date, �• 6, 1957 eaga"10.`"T07-7__._ Pay Batinwte No. Five (5) fur Project Johnson Street Underpsas, (Shaw breakdc�each pay ostimate uant ties are scem tive . _ _ _ _ r _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ No.� ltccs '2Uxrtity Unit Unit cost i Total 1 _•,TClearing and grubbing Lm am 100% 700.00 _700.00 _ ' Earthwork (railroad) 100% 3,470.00 3,1,70,ao IDemolieh ezisti brid a abutments &win walls " 100% 1 500.00 1,500.00 h. Earthwork retaining wall)_ 100% 645.00 645.00 5. Filter material " 100% 70,00 70.00 6. Bar reinforcing steel " 100% 310.00 310.00 7, Class "A" concrete (retaining wall) " 100% 1,375.00 1 375.00 8. 9. Remove P. C. concrete curb and gutter 5 lin ft 2.00 10.00 10. Roadwayexcavation lump sum comp 5,720.00 4,862.00 11, Lmyported base material " comp 1,837.50 1,561.88 12. 13. lh. 15, i Y 17. 18. 19, 20. 2i . 22 . 23 2), Construct drop inlet 0 + 53 1 7.` cm, P 300.00 22K.00 2r. 26 Drop inlet 2 + 37.5 left 1 ca 12K.00 62.50 27 Dropinlet 2 + 3 .r ri t i 2c,.00 2P, Deleted from contract. by Change Order 29. Deleted from contract by Change Order - 4A, RS1ded s.tBex_Alp 2 can% ! 5.00 710,00 r PAY ESTIMATE BREAKDOWN Contractor: Madonna ConstructionCo.fAte December 6, IF57 "'_..�..` Page No. 2 of 2 pay'-,ti^S-e ."o (,�, (5) f'o: Precut ,Job won Underpass, Unit #3 (Shoe breakdown for each pay estimate. want tied s are ecc7.mnulstive) Iten Wantit Unit Unit Coat 'total 31, Twen y-four inch C.M.P. 198 lin £t 7.00 1 386.0o 32. Deleted fran contract 33. 18" C.M.P. (install only) 156 em 3.50 46h.10 34.. Twenty-one inch (21") C.M.F. (sewer) 24 lin ft 4.00 96.00 35. Twenty four inch (24") C.M.P. 2 6.20 6.40 36, Construct plan➢ house Imp sum com 3 300.00 2 970.00 37, Furnish and install fittings (10" waterline) MP 700.00 630.00 38. Constnict valve -vault (10" waterline) " 100, can 600.00 600.00 39. Install 10" C. I. Waterline 515 .61P- 4.70 2,178.45 &0. 10" pate valve (install only) 2 each 75.00 150.00 11. Furnish materials & make tie-ins to existin li lun s 7 com 00.00 33 .00 42. Disinfect lines (10" C. I. waterline) lump stm1 0_ -CMD 500.00 150.00 43. Construct manhole 0 1 + 56.75 1 each 250.00 250.00 Q4. Construct manhole 0 3 +14.25 1 250.00 2r0.00 115. Construct manhole ® 4 + 36.75 1 350.00 3 0.00 G6. Construct manhole 6 5 + 63.10 1 350.00 350.00 Furnish and instal 1 loll V. C. Sewer 507 lir. ft .20 2 636.40 Q8. Furnish and install 10" Mechanical hint pipe 54 10.00 549 1? 29 3h6.23 20. Change On er 61 1,851.40 21 Change Un er 88 1,283,20 2<", Change Or er 95 170.71 23U2 651.54 21 Lass 10. 3 265.15 29,386.39 26• Less previ ow na;m: nt 18,739.76 27 This estinate, PAY 10,646.63 2P• 29• PAY LSTiMATE BRUKD7WN Contractor: Madonna Construction Uo. Date December 6 1957 p�V Pay "stiaatp Nc. Five l5) for Project Johnson Street Underass Unit (Show breakdown for each pay estimate.usntitiea ere accum tive _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ No. Item V GAmntity Unit Unit Cost Total I. Structural excavation I P um mm 10.00 310.00 2. Structural backfill " 735.00 3 .00 3. Class "C" concrete (fill) " _ 400.00 00.00 4. C "A" concrete structure " 15.000.00 15.000.00 5. Bar rein orcinsteel L.810.00 810.00 6, Filter materiiil.__ 1,190.00 1120.00 7, Finish coat of paint 1.000.Co 1,000.00 8. Waterproof membrane " 410.00 410.00 9, Ballast deck drain 2 each 100.00 200.00 10, G..aly. Pipe Guard rail lump am comp 886.00 443.00 $29, 528.00 12. Steel i rease (ChmWe Urde n2) 1 300.00 13. 30,828.00 11. 0 15. 16. _ 27,7bS,20 26.7L9.37 17. Thi- estuate PAY: 975.83 18. 19. 20. 21. 22. 23. 2L. 2". 26 2?. 26, �s. ' . 'gate November A,-195-7„ City of San Luis Obispo 1irte is to certify P. 0. at 910, Sd Contrsatera 3`or the co:u Johnsm Street Un, date of contract, to October 31, 1950 ESTIW TF. WX1BER Fou, (L) VALUE GE "TOTAL WMK VALUE OF "TOTAL WORK VALUE 01''TCTAL WORK DONc"DURING THIS DONE" P;'ryIOUSLY DONE" TO DATE EST321ATF PERIOD. I REPORTEJ. Contract an ,ghaannge C.Oal ;1, 851.40 1. $1,851.40 orders per C.%8 1, 283.20 2. 1,300.00 attaohodr C.O,¢5 170.71 C-0#2 $1,300.00 3. 1.283.20 Total value of work done ....... a....... ,$ 50,565.71 Total value of "materiels on Hand" ae per detailed statement fusaished by Oontractor ................$ Totes of "Value of Work Dona" and %a%rlels on Rend" ................$ 5 , .71 Reductions: Less 104 of "Total Value of Work Done" $ 5,o56.57 Less of "Value of Materials on Bond" $ Less of $ Togi Deductims ..................................$ 5,056.57 Subtotal............... ........................... 1645,509.14 Deduct previous payment or payments ..............$ 34,232.36 TOTAL AMOUNT DUE THIS ESTIMATE ....................$ 11,276.78 Contract price $ 79.267.00 % of 'work oom- pleted to date 64 Ade byr RSV Checked byl BV'W Approved by: DFR DAVID 'r. HOOMFHu — City Engineer FAY Er TI:ATE BRI:kKDOWN iAT'c -Pay mber 4 - 1957 Madonna Construction Co. page '" 1 of,l Four (4) for PROJ-( Johnson Street Underpass (Unit ;r oacb pay satijvO . ?TF, _ gBh,A.IiY 1; IRTLT f UNIT COST . y�.___'__. '. Structural excavatiop�____.___________.__.__JMP.3M �5m? 5,310.00I. 4,779•00 Structural back£ill __. .. .. .-8comp 735.,00 624.75 Class "C" concrete (fill) __. _. ._�_---�--" --°. _ 100% 409.00 400.00 Class "W°.concrete structure -- 100% 15,000•00 15,000.00 Bar reinforcing ateel 100% 4,810.00 4,810.00 Filter materLl " 100% 1,190.()0 1,190.00 Finish coat of paint t 100% 1,000.00 1,000.00 Water proof membrane ". itlMb 440.00 44.0.00 +allast deck drain p each 100.00 200.00 $28,443.75 (steel inerease)change order a2 1,300.00 29,743.75 Less 10% 2,974.38 26,769.37 Less previous payment: 23,660.10 PAY: $ 3,109.27 ..r • W,Y GSTDfA Tn BRFAfSB M Contractor: Madonna Construction Co. Late Nov®berr4 1957 Page Iwo. 1 of 2 _ _ Pay raticate No. Four for Project Jobnaon Street UnderDam. Unite (Shoo broakdown or mob pay estimate. went ties ere accum ti� _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ No. Item Quantlty Unit Unit Coat Total �1. Cleari and„gubbinv Loa m 1 00.00 __]00.00 k (railroad) " 100% 3,47o.00 3 0.00 3. _ Dem liyp existing bridge abgtZnmts & wine we " 1 00.00 _ 180.00 w " 6L5.00 612.75 5, Filter material 100"1 70,00 70.00 6. Bar reinforcing steel 100% 3L0.00 310.00 7. Claaa "A" concrete (retaining wall) 100% 1,375.00 1,375.00 8. 9. Remove P. C. concrete curb and gutter 5 lin ft 2.00 10.00 10. Roadwe lstreet) Imp sum comp 5,720.00 1,258.40 13. 14. 15. 16. _excavation 17. 18. 19. 20. 21. 22. _ 23. 2h. Construct drop inlet 0 + 53 1 75 comp 300.00 225.00 25. 26. o to sheet fi2 of 2 for items 31 thru 2 _ 28. I 29. 30. 0 PAY GST-'MA78 HRFAXDf O tor' Nadonm Construction Co. Lots November 4 1957 Page 'o. etSmate No. Four (4) for Project Johnson Street Underpasst.Uni (Show hrea dorm for each pay eaes are accum tive - - - - - - - " - - - - - - - - - - - - - - - - - - " - - - - - - - - - - - - - - - - - - Jo. Item Quantity Unit Unit Coat Total M 1. Install 21}" C. M. Y. 0lin LIL 7.00 7.Q.QQ- 32• 3. Install 21" C. M. P. sewer! 4.00 96.00 36. Construct pump house lump awl 757, Camp 3,300.00 21475.00 37, Furnish & install fittings (10" waterline) " comp 700.00 245.o0 38. Construct valve vault (10" waterline) 100% 600.00 6o0.o0 39. Install 10" C. I. waterline f 40. 10" gate valve (install) ch .007% 41. Furnish materiale & make tie-i al 00,42. Disinfect line and Pitt �00.43. Construct manhole 1 + 56.75 ch 1 250.00 2 O.oO Qu. Construct " 3 * 14.25 1 77 am D2 0.00 187.50 4 * 36.75 1 each 0.o0 3350.00 46. 5 + 6 .10 I 350.00 350.00 V. Furnish and install 10" V. C e 0 18. 19. R U p, (Drainnoe change) Change Urder % 1,283.20 21. (Lower R. R, grade) Chan "rder A 5 170.71 22. 20 821.96 23• Less 10 2 062.20 A. 18 739.76 25. Less pr vious pt yment. 10 572.26 26. PAY: 8 16 0 27. 28. _ 29. 30. 31. I ZI OF SIN LOTS OBISP0. CALIRJRN:IA sheet 1 of 1 Pro�oot Johnapp�,I'.4Byi..$µQplyase Cmtsect (range Order N0. 3 Gits.. pi=^ Nam- _Z-5Y-3ro,�acS Unit 3 Date aftrMjLar 1 1q 5 !:c :.eke tNa he rely aestribed c,kxnges faun ;ha �jc or aec:vase c-artrcct gl«and.Uca, ss Sollaads.: David F. Romero INC F':�E Extra earthwork required to lower grade of Railroad. Labor $16.00 Payroll Ina. k Tax 2.40 equipment l30.04 ii S.- 1 jai Plus 15A 22__..�__277 �f7o.j inorease 170.71 W.H. Ramsey David F. Romero L'L' i �La x• r a� Yadonma Contraction Co. as ana Sin Luis ubiapo, Gaa.iiFornia Date October , 195 7 City cr 5a. L;,.i Ulbl»p: RAO Se t...-: r.erti2'y `,hK-. CA.^tia'*.4Ara C ills rrn>r,2FY_•♦,;y +][I GZ JOHNS CX STREET UNDERPASS. City Plan Noo.7-57 (SStrtt-ural Steel �J�J8I, 1v ��m� date o` uoru raTt. mx_ Octobeber_7y 39$.7 FSTI^k P, NUMAP:R One (1) VA1 t° OP' ATAL WORM VALUE OF "TOTAL WORK VALUE J?"TCTn WORK to" MallJC TN" DONE" PRE'VIOUSLT DONE 11C :i+.^E- x5 i 7 `>tA T- .K' ODPORTED. $41,695.00 None U1,695.00 Pa+.H1 •:alua or var# 3cna„ -.. ...2 41,695.00 F."ial valw) .rf �lMterislft w IAn�i" datailod atat±�cxrt f, -i_ nhod by l on-�!xrt+ r .. . wA a S` "Fa1t>P oi' Work Dr>nA �rta3.a or Raarrt" P, A ;.-= a,:e � t, Jo.e f '1 .c,e3 "A.,* ,-.r W7rk Vie" $4,169.50 Tsao ' rt hard, ore.',.,....,,..,. ..,... Ly169.. K0 "51.... .... .:. :.. .,..,,....:,,. _. 37,K25.50 .,.. ,. ;.,...y:-w Futym,mr or pgymnf.o ....: - .Y..- None .. .. Th:C }6TINGTL-•i.. .... c 140ORE DRY DOCK CCMPANY PAY ESITME BREAKDOA4 IATL October 7"57 )�.y FqjjT4kTk. No. _At4j) for PROJECT Johnson Street Y. rpas I Show breahtown for each pay estimate. Quantities are accumulative; QIANTITY MUT UNIT ti" ST WMA L -18 89)4.00 00 2.801.00 437.525-50 6 - - - -------- I 3't 1 •. Due November 11 1957 San Lln _:..formda Dotr,_Octobor 7 Gity of San Luis Obispo ihip is t^ r=a �1Yy tha JohnaRA—AInsL I1n1eTDaaa.vy'St� Plop Yn. Y. ,latruaturAl atao11 date of contract, to 22ptaktrj�,195 7 ESTIMATE. WWISrZ 1Yo (2.) FINAL VALUE OF "TOTAL WORK ( VAIDF OF "T091L WORTS VALIM; OF'TOTAL WUFX DONE"DURING TIMS DONE" PREVIOUSLY DCNI:" TO GTE ESTTMAT5 PERT(T) REPORTED. Guata ,,r ,srders Per a ttwnhadI 041#695.00 41,695.00 i i TetAl valua of work done................t41a095a00 'ta value of "meterlals no Nand" a_n. ;r dotalled atatvnent. fnrnishod by{ontnetor _,..,,.,%4 Tcn��,,-ar-i c,l "Value of Work Dam" and w "naT;riAls on Nand" ....... 41,695-00...... deduot+, o - + Le+oa 'A` of "Tntwl Value of Work D�xn' f Levee ,:f "Value of MataM.ak• M. Nand" : i.aaa -e of _ r 6,,i t prwiaus payment or payments ✓'✓JL AMu9NT :CK TRIG BSTTMATF.,............. ... ... ... c:__ 69.50 _...... Appr, ..v-�l oy e.. D at.l8s__.._._..... GUY Finsimor • a \ . Olb O� Ott, CORSO City of San Luis Obispo • San Luis Obispo, Oalilcrnia Date_ ctober 1, 1957 This is to certify that MADONNA CONSTRUCTION COMPANY Cent actors tars for the construct3on�— of -------�� Johnson Street Underpass Pro ect Unit N2 and unit 16 _ TNTM-MOTTh UIL 1.-OI=9G AMOUM OF W,'RK 'PMCW July 5 data of contma k, to September 30, .1951-- ESTLV TF NUMER Three 0) VALUE OF "TOTAL WORK ! VAIAE OF "TOTAL WORK VALUE CY'TCTAL WOF% DOMM"DURIM FITS I DONE" PREVIOUSLY DONE" TO at TE TE ESTRMPERIOD. REPORTED, I Contra.:,: m8,909.50 428,084.46 $36,735.96 and®bYere C.u. 9=, ang ordere per attached I None 1,300.00 Total value of work done ....... ..... ....$ 38,035.96 Total value of "mntariale on Hand" ae per detailed etatemont furnished by Lcntractor ...... ..... — ..i Total cf "Value of Work Dore" and T%'Fart.els on Ham" .••.............i 18,035.9 .C' IR49 M Leas 20% of "Total Value of Work Done" : 3,803.60 Leas Of "Value of Materals on Rand" i Lose of S TW atia OaductloW..................................: 3,803.60 Subtotal...................................,.....ow 34.M.36 Deduct previous payment or PSOM ee .............. $ ?5.27E.01 TML ANO?MT DUE THIS ESTI7MTE.....................V. 8.9°r.35 Contract price a 7L267.00 % of murk am - plated aA, data ' 8 _ f Made by+ RIV %hecknd bys LC Approved by, DIR OVERT City Engineer CIYY kit, 1.UIJ CBloPC„ C"IFCRNIA Project Johnson Street Underpass cor:tr«ct Chprigo Order No. TWO j_2j— `_____Project Unit_2 Date-.�ju�,16, 195'�19 To _____-,-,gBpa_QoAatrnotloa Cwcaa7 ,ContractOr- You are ne:'P.Lj authc: lzed �i,d dlrected 40 make the herein deeorlbed changes from tha plans and sceciticstions, and/or to increase or decT-pee contrant at follows ^quested cy_ D.F. Romero - INCREASE ITEM 5 of PROJECT UNIT 2 (Bar Reinforcing Steel) In arriving at the final figure for item 5 a portion of the steel required wait ommitted. The figure of 37,000 pounds should read 47,000.potmds. Dividing the bid price of #4,610.00 by the quantity 37,000 pounds equals a unit price of 40.13 per pound. INCREASE - - 10,000 pounds x V-13 per pound = $1,300.00 oe., the unr!ereigaed contractor have given carefu) consleeration to the changes nro- pc>aedand hereby agree. if this nropnesl. Is approved, that we *111 provi,4* all eeuin- ment, furnish all mater7•ls, except as may Le noted above and perform all services necessary for the wark above specified„ and wi '',A sect -pc aF full p«ymont tharef or the p-;.nee shown r, ove .. ,,�. q'.. Ili 1.1 Is zr000ned ch, ii6e NO ., ..onstor, of time will be at.�oved:. YUII br&c uor Total cost of change not to exceed d la,"O.00 ouCmi tf ed by �.— •.ansoeyy- -er� F,n trnwr D.t ro -�-{let!: nnDr9Vpa �� 0 0 JKNA CONSTRUCTION CO. FAY ESTrIATE PRZAKDO0 kATE October 1. 19$7 FZTr,�,TE No. Three (3) for FHOJ�CT JOHNSON STREET UIW&Ag-fUnilr*�- Simvw brp6l.t�,own for each pay eWJwt0, Quantities are secamlat1w) ITEM ----- QUANTITY I UNIT � ' T AL - Strwturfl -expus 90 5.314...44L _"1Z9*9C1 Class "C" concrete _._]4�00,' _4N-OC structwR)__.__ Bar reinforcing steel 4,810-00 4,810-00 6 24 989.00 (steel increa Change er N 2- 1 .00 9 Less 10 26 289.00 2,628.90 10 231,_660-10. Al Less P+j,�,ugm* ent 20.207.25 12 _'i_ PAY: . - ___ NOTE: PAY ESTI-MATE !REA� DOWN # two (2) for Unit 2 incorrectly showed $19,500-00 as the lump sum pride for Item #4, class "All concrete. The correct unit Price, as per contract, is $15,000-00 • - Sheet dl of 2 RADONNL CONSTRUCTION CO. PAY ESTIASE MaK"N iATF. October 1, 1957 Hsu. rrc. PP.Y BSTIhR Tti N0. Three (3) for PROJECT Johnson Street nderpaff"DNIt__�_ ( Shaw bree?down for aech pay estitwte.. Cwuantitiea are aocwwlative) ST'r.71 QUANTITY.Ijjj UNIT UNIT COST TOTAL and erttbbing Lmapvm _ 700.00 I__3sQQ__. _-Clearing_ 7 :arthwprk-_�rgi�rpad)___ " .OA__ 12$ uemoli@h_Sxigtinyhr;e_3o. " i.' _µ___'Rn_00___ _ ).: -_—_.___4axShrork.lze. tAini VAi li__ og. a cam I _�a7•oa J c _.Bar reinforcing steel " I 310.00 310.00 _ _7Class "A" concrete (retaining Wall) " 1 375_00. 1,375.00 ? kemove P. C. concrete curb and gutter 5 lin ft 2.00 10.00 Roadway excavation (street) lump sun (comp 5,720.00 1,258.40 _ L 1 � , 13 ---- —�- *.. - ta. (go to, shset 2 of 2 for Items, 31 thru_47). f• r3 _ • Sheet 2 of 2 ` M►DOSM CONSTRUCTION CO. HLY ESZLIME tR1111' alN ,-ATE October 1, 1957 �- �. L°G- ~_ PAT 1LSTUITE N0. Three (3) for PROJiCT Johnson 3treetinci.rp W-*ft�__�_�_ ( Shcw breakdown for each pay eatimete.. Quantities are accuamLative) iTal QUANTITY UNIT UNIT CAST TOTAL Yl---� Install 24" CMP 6 _ r2 It - ik. II Innkall '11n�Y P_ ( _.�.2h — 96.00„ _ Construct Pfmmp house— _, lam a 3,300.00 660.00 _ 11_7� Furnish &install fittings (10" waterline) lump am comp 700.00 1 245.00 36 11 Construct valve vault 610" waterline) oep 600.00 480.00 39 Install low C. 1. Waterline in ft 4.70 1,316.o0_3i10" gate valve (install) r28 Each 75.00 75.00 Furnish materials & make tie-ira to adating linea cmfp 500.00 335.00 � infect line &fittings comp 500.00 150.00 _ Construct manhole Sta 1 + 56.75 amp 250.00 I� 125•� 15 Construct manhole Sta 4 + 36.75 1 comp 350.00 175.00 {b Construct manhole Sta 5 + 63.10 1 Comp 350.00 175.E u7 r"urnish and in<iall 10'- V. C, sewer 507 lin ft Comp 5.20 1,054.56 ff 11,746.96 Less 101� 1,174.70 �.10, 572.26 Less previous payments 5,068.76 PAY: a5,503.50 131 San Luis Ubi.uPo, CeLYornla Data September 3,195 7 City of San Luis Obispo Z113 is t, certify that_ MADONNA CONSTRUCTION CCMPANY l.ontrac+Ara foy the COnstRU',Tm Johnson Street Undereass Project Unit # 2 and Unit#3 K4s1. LL ) 1; , . AuZEt 2, _.__,_ date of contract, t(_AuEMk30. _1957,,,. FST24HTE NUMBER Two l2) OLUE OF "1nUL WOMX , VAWI; OF "TOVl.L WORE VALUE OFITOTAL W01K DONE"PURINO MS DL`!7E" PREVIOUSLY � DONE" TO DDT£ ESTRIATF. PER70D. REPORMD. Contract. $22,838.90 ind�hanngs orders per attached, Bsductione 1 $5,245.56 428,084.46 Total value of work done ..............., $ 28,084.46 Tootnl value of "materials on Hand" so per detailed statement furnished by Lontractor Total of "Value of Work Done" and �erisla on Nand" ................$ 28,0 8446 Leas 1 of "Tatei Vales of Work Dune' f 2,808.45 Loss 5U of "Value of materials on Hand,, $ Less lY or Subtotal..........................................8 25.276.01 Deduct previous payment or payments ...............S�y.72�.00 TOTAL AM:iUNT DUE THIS ESTI(AATE....................$ 20.555.01 Contract pri;a $ 79.267.00 T: of work oom- pleted to data 3S 8 Made by, ur,. Checked by, UQ Approved byn UFR _ City Engineer . 0 NAIONUk CONSTRUCTION CO. !AY ESMA14 BRgAhiW.WN iATE�tember 3, 1957 �Sy N0. AR'P ;•sS'i i'°+=. TG ;FO.. TVo (2) 10, paoj CT Johnson Street ? Shcw bre-aknacn Sor esun pay estimate.. Qunatiti" ere accuu.lative) _ UNIT CG"ii T(ml,L ITc. QUnHTITY UITiT _ Structural XKcavation ^ a31OL i:s7Z4.4Q i, _ r 1 unp sun ' Class "►" Concrete P .. ---- 00 cu Lump sun om 1,. 9 c_ �091Ze5_Q 5 Bar reiaorcing steel in place P 1,7,OW# 96 c 6,110. 3,666.00 6 i $22,452.50 7( _ i Leae 2 24.2 20,207.25 — 4 Less p us ent .80 10 Y $19,251.45 12 13 � it 15 16 2v 30 i4 MADONNA CONSTRUCTION C�- �31957 a_y SS51,0.,rL 1,,(), DLO q.L_for PROJECT 4OHNSON STRUT UND j Show brLeWown for each pay estimate, Quantities are accumulative) QUANTITY 'I 1,111T UNIT COST Lots 0•00 2149209— Demolish exiejLiR�bri�q_aljv�Mtq L—vitp—w—alls 5 . 6 �PC. wng_,gtegurb end ZAI&PZ--- 5 22% io Road way excavation (street) jus sun can — 1 8. 15 16 Furnish & install 10" T- C. sewer 507 Lin Pt comp:; 5.20 1,054.56 5,631.96 19 Less 10% 563.20 5,o68-76 Les Previous payment 3,765.20 PAY* 1,303.56 iia Ban Luis Obispo, California Datej'.C_dnly 1, 195�,,,,_ :;ity of San Luis Obispo This is to certify that MADONNA CONSTRUCTION CCHPLNY Contra�r the ccnstruc -tTc-n--c?� — Johnson Street, Underpass, Project Unit #2 and Unit dam_ ?143�t s 1F� ' iL Y c BSc fFITZF Td7Sf�1{ MOM 1957_ date of contract, to August, 2yY__�195�,_ ESTI-MATT NIM. F..R One VALUE OF "TOTd.L WO:.K VA:DE OF "TOTAL WORK I VALUE OF'TCTAL WORK DONE"DURIW' TaS DONE" PREVIOUSLY DONE" TO DATE ESTIMMATE fiRTOD. REPORTED Contreat $5,245.56 None $5,245.56 r'ah:nrk ( I ice orders per attamhedt Total value of work done ....... ......... $ 5,245.56 Totol value of "materials an Mend" as yer detailed statement furnished by Contractor ................$ Total of "Value of Work Dyne and "`�riala on Hard" ......... .......f 5,245.% Less 10j of "Total Valuo of Work Done^ S 524.56 Less of "Value of Materials or, Nand" $ - Leae of 8 - uc o a.................................8 524 r66 Bnhtntal...................................... I . . 411yj21.O0 Deduct previous payment or peyaente ... <.......... 4 - P)TAL AMOUNT DUE THIS ESTIMTE....................5 4.721.00 'contract price i 79, 267.00 b of wrk cros- , pieted t, data _41.__. % ;.:.,tdo by t.Y-... WR 4.1U14 :hocked byi RIY -- Approved by, DFR Bye DAVID k, R0. . City Egrineer FAY ESI'"TZ DRFAKW�Ri Radon= Construction C- 110. pry :;s'Il i"m Im. one ?or FROJX. T JohnsonStmet PnL-rp"r;--*d-t-ft- Zj-,cv Tor each my estimate. Qls tities cM &OcOmlalave) t = z No, IT51 20% MIT 2a US ToaiL 3 -low e jo 4, -dt 16 17 18 A9 20 21 22 .-.. - 23-1--- 2L 26 31 Madonna Const. Co. it,7t—julr 31* 1957 PROLM Johnson Street Sbtj bre6.dm.n for each Pay estimate. ("aantlties are aocmuiatirei :,',fTIT ... IT L""IT "'�S L114TT OOST ;j TML ar nj _L Usk it 700-0 1,70.00 700.00 IL22*QQ--,-- 4 6 9 10 33 ti 15 36 it 17 18 20 ------ ----- 21 24 25, 'Flzrnish & install 10" V. C. sewer i 507 'in 5.20 1,054.L6 4,,183-356 14�10% 8.6 Payment W 3 765.20 Southern Pacific Company Third and Townsend Streets San Francisco 7, California Dear Sir: Febrsury 25, 1953 Refer to: 925563/321-2 Attention of: R. A. Miller, Superintendent Following is the final billing to the Southern Pacific Company for conptructlon of the Johnson avenue Overcrosaing is azcordance with paragraph 2 of agreement dated 6 May 1957 between the Southern Pacific Company +u,d the City of San Luis Obispo: total contribution by S. P. Co. total paid by S. P. Co to date balance due per agreement lose coats to S. P. Co. balance due City of San Luis Obispo AMOUNT OF FINAL RIL7-ING JHF:rcw $120,000.00 0 00000 . 36,146.31 i 13,853.69 1 3.8�69 Yours truly, Js' H. Fitzpatrick City Clerk F .�f-/ 0 CITY OF ADAONISTRATIVE OFFICER Honorable D:ayor and City Council San Luis Obispo, California Gentlemen: • OBISPO i March 17, 1958 Following is a brief financial report on the Johnson Underpass which is presented for the Council's information. There are some costs incurred by the Southern Pacific Company and other public utility companies which the City has no record of, but as far as our books are concerned, the total cost was 5195,300.47 with w120,000.0(` of this being paid by the Southern Pacific Company, $3,678.00 by the County of San Luis Obispo, and v71,422.47 by the City, Thus, the railroad's share amounted to 61 per cent, the County, 2 per cent, and the City, 37 per cent, The cost was broken down as follows' Madonna construction contract including change orders Yo 85,409.58 Structural steel from Moore Dry Dock 41,695.00 Track work, etc., performed by the Southern Pacific Company 36,146.31 Relocation of facilities performed by Western Union 2,140.80 Legal costs, engineering, surveys, inspection, acquisition of rights of way, drainage pipe, and other incidentals 29,906.78 4195,300.47 In addition, the City installed a new six inch water meter for the Southern Pacific Company costing 41,535.87 whichwas paid for by the railroad. Sincerely yours, -q RICHAPD D. MILUM Administrative Officer FW:cs • • • Sheet 1 of 9 Sheets Johnson Street Underpass - San Lute Obispo, California Statement of Coats (a) Trockwork Oct. 1957 - Sec. 33-Foremm 371.66/184 120 hrs. 2..0199 hr. 242.39 + Aast.Foreman 120 " 1.984 " 238.08 " laborers 656 a 1.804 a 1183.42 Fx 7 - Foremen 396.52/184 120 " 2.155 " 258.60 " 0.1. * a 3.42 8.55 " Asst. Foreman 128 " 1.984 ^ 253.95 " e e O.T. 2j a 2.976 n 7.44 " laborers 1048 " 1.804 " 1890.59 ^ ^ O.T. 12f a 2.706 + 33.83 ^ " 984 " 1.792 ^ 1763.33 » O.T. 30 " 2.688 80.64 ^ Timekeeper 128 " 2.0939 " 269.01 O.T. 2} " 3.1406 " 7.85 BC-141-Operator 385.02/184 96 " 2.0925 " 200.88 Nov.1957 - See. 33-Foremen 392.54/168 24 2.3365 " 56.08 + Asst. Foremem 24 " 2.104 " 50.50 " laborers 120 ^ 1.924 " 230.88 Ex 7 - Foreman 417.40/168 32 2.4945 " 79.50 " Asst. Foreman 32 " 2.104 ° 67.33 " laborers 112 " 1.912 " 214.14 ^ ^ 336 1.924 646.46 " Tinekeeper 32 " 2.2138 " 70A4 7353.29 Vacation Allowance $7853.29 4.00 c 314.13 Holiday Allow -we 7853.29 2.00 c 157.07 Supervision 7853.29 10.00 c 785.33 Workmen Compensation 7853.29 4.00 c 314.13 Unemploymt & Ratiraut. Taxes 7853.29 7.42 o 582.71 Health Benefit Coat 7853.29 3.00 c 235, 2388.97 Oct. 1957 - Fx 7-Outfit Cars (16) 333 days 2.00 day 666.00 " Tank Care ( 2) 44 " 3.50 " 154.00 BC 141 - Crane 12 " 12.00 " 144.00 » Tank Car is " 3.50 " 63.00 e Outfit Cara (3) 54 " 2.00 " 108.00 Nov. 1957 - Ex 7-Outfit cars (15) 90 " 2.00 " 180.00 " Tank Car 12 " 3.50 a 42.00 1357.00 Oct. 1957 - Ex 7-Outfit Care -Bradley to San Luis Obispo 56.1 miles 1009.8 car mi. .05 car T.I. 50.49 Oct. 1957 - BC-141 - Gasoline 120 gal. 24.40 c 29.28 ^ 3tore Expense 29.28 10.00 c ;.,.93 32.21 ' Sheet 2 of 9 Shasta Luis Obispo, California Johnson street Underpass - 3,in Statement 2f Costs (a) :rack Work (Cont'd) Work Trsin Service Oct. 1957 - Engineer 100 miles 20.07 c 20.09 - Fireman 100 " 19.07 0 19.09E - voreman 162.5" 20,66 c 33.57 - Helpers 275 " 19.39 c 53.32 126.03 Vacation „ilovance 8126.03 4.00 c 5.04 12.60 SLpervision 126.03 10.90 c Werkmene Conpensatioa 126.03 126.03 4.00 c 7.28 c 5.04 9.17 31.85 Unemploymt 8 Retireat Taxes Engine 5778 1 dey 93.83 day 93.83 Engine 5778 48 miles .3762 mi. 18.06 AB -Grose ties 7"x9"39' Gran. 5O8 on. 393.05 c 1996.69 s AB -Switch ties 7"x9" a 5.234 MBM 105.00 M 549.57 b C-Reil 132# 2018.81 44,414 Nf 118,78 Mr 5275.49 a " 112M 31.41 S.H. .586 " 25.00 " 1/,65 C-Angle Bars 1328 92 ea. 4.09 ea. 376.28 b C-Comp. Jts. 13Z/132# (3hop made) 8 " 4.99 " 32.72 b O-Comp. Jts. 132/112.9 2 pr. 31,06 pr. 62.12 b C-Bolts 208 ea. 41.74 c 86.82 b D-Hutlocks 208 . 12'00 c 2/.'96 b C-Tieplates 132# 1077 " 1,67 as. 1798.59 6 • 112# S.H. 30 11 3049 " .10 " 8.26 c 3.00 251.76 b C Spikes 610 ^ .40 ea, 244.00 b C.-Asti- rsepers 2 " 13.00 " 26.00 b • ^ Straps E-svitcn 132# 241 1 " 980.29 " 865.76 980.29 b 865.76 b S-Fro g 1324 - #14 RB 1 2 " 145.59 a 291.18 b 6-:,uard Rails 132? 13' 1� ^ 1.89 M 1.89 b Plugs 10 lbs. .07 lb, .70 b Grease Gr Qr 20 as. 28.00 b Rail Brncee 1096.85 NC 1.?a. .29 29 Nf a U. ,325.41 F-Ballsat Purchase Expense (a) 8667.12 Shp 1/2% 10.00 c 43.44 562.06 store Expense (b) Fraiaht � �1e 6ai To n1 _A�2�0 A-Seleei to W. Oeklnnd 45545 �2,4 10010O.b9 B-W.Oeklend to Job C-Ogden to sob via secto . 62.511 1012.5 63292.39 U-E1 Paso to " " " .196 1582.0 5.961 220.9 310.07 1316.78 E-Loa Angeles to Job 1414.94 158.8 224692.47 F-Logan to Job 332034.44 .01 TM 3320.34 • • lb,: r ',' i ; ., is Johnson Street Underpass - San Luis Obispo. California Statement of Costs (n) Track Work (Cont'd) ,Sallymos Cross ties 7"x9"x8' Creo S.H. 506 ea. .80 ea, 404.80 Cr. Svitch ties • S.H. 5.2341 MBM 52.50 M 274.79 " Rail 1320 20" S.H. 40.150 GT 65.00 GT 2609.75 " Angle Bars 132,# 50 Jts. S.H. 2.295 " 65.00 " 149.18 " Comp, Jte. 132/1120 2 Jts. Scrap .137 " 10.50 OT 1.44 " Bolts 208 an. " .249 " 10.50 " 2.60 " Nutlooks 208 " " .038 " 10.50 " .40 " Tieplates 1073 sa. 3.H. 11.707 " 65.00 " 760.96 • Spikes 3040 " Scrap 1.140 " 10.50 " 11.97 " Svitoh 132# 241 1 ea. " 2.719 " 10.50 " 28.55 " Frog 132N Y14 R.B. S.N. 1 ea. 745.00 ea, 745.00 " Guard Rail 132# - 11' " 2 a 90.00 " 81 0.00 " 5169.44 Cr. Temporary Turnout Switch ties 7x9 Creo .971 MBM 105.00 M 101.96 " S.N. .105 " 52.50 ^ 5.51 Synch 112# 16}' " 1 ea. 65.00 ea. 65.00 Frog 112# " 1 ^ 60.00 " 60.00 Guard Rails 1121 111 " 2 " 15.00 " _30.00 262.47 Store Expense 262.47 10.00 c 26.25 "�slvaee Temporary Turnout Synch ties 7x9 Cron. S.H. 1.076 l0314 52.50 N 56.49 Cr. Snitch 11V 16i1' " 1 ea. 65.00 ea. 65.00 a Frog 112# • 1 " 60.00 " 60.00 " Guard Rails 11V 11' 2 " 15.00 " 30.00 211.49 Cr, Total Track Work 25,110.77 (c) aril Co et W ,final June 1957 - -.lec. No. 1 ad Electrician 8 hra. 2.368 hr. 18.94 " M.'J.Flectrician 8 2.309 " 18.46 Sig.No. 7 - Foremen 499.19/160 40 3.12 " 124.80 " Lead Signalman 40 2.36 " 94.40 " Signalmen 56 " 2.296 " 128.58 " Asst,signalman 40 " 2.116 " 84.64 " n " 16 • 2.092 " 33.47 Oat. 1957 - Sig. 2 - Foreman 499.19/184 44 " 2.7130" 119.37 " - Lead Signalman L,4 2.36 339.84 " - Signalman 448 " 2.296 " 1028.61 Nov. 1957 - - load Signalmen 16 " 36 " 2.48 2.416 39.68 86.9E 2117.77 " - Signalmen • Onset 4 of 9 Sheets Johnson Street Underpass - San Luis Obispo, C.illfornia Statement of Coats (c) Signal and Coamunlcation Work (Cont'd) Vacation Allowance 2117.77 4.00 c 84.71 Holiday Allowance 2117.77 2.00 c 42.36 Supervision 2117.77 10.00 c 211.78 Workmen Compensation 2117.77 4.00 a 84.71 ❑nemployst & Retiremt. Taxes 2117.77 7.42 c 157.14 Health Benefit Cost 2117.77 3.00 c 63.53 644.23 June 1957 - Sig. 7-Foreman 5 meals 5.80 June 1957-Sig. 7-Truck C-77 5 days 10.75 day 53.75 • Outfit Cars (9) 63 " 2.00 ^ 126.00 ^ Tank Car 7 " 3.50 " 24.50 Oct. 1957-Sip. 2 - Truck C-97 18 " 5.75 " 103.50 " Outfit Cars 96 " 2.00 " 192.00 Nov. 1957 Truck C-97 2 5.75 " 11.50 ^ Outfit Cars 8 ^ 2.00 " 16527.25 B-Blocks, Anchor 4 ea. .46 aa. 1.84 a B-Bolts 3/4"x5-3/4^ 4 .34 1.36 B- s 3/4x12 2 .35 " .70 B- " 3/4xlIq 8 ^ .30 • 2.40 B. B• • 3/4x33k 11 , .18 " 1.98 B- " 5/8x2-3/8 1 " .85 " .85 C-Bootlegs 24 " 4.50 s 108.00 B-Bonds 48" 16 ^ .74 " 11.84 B- " Rail Reed 25 " .38 " 9.50 B-Boxes, Battery cone. 3 " 8.00 " 24.00 S. " Covers 3 . 5.00 " 15.00 B- ^ Racks 3 " 2.00 " 6.00 C-Box, Jet. 22 way 1 • 26.13 ^ 26.13 C-Bolts, Interlooker 4 " .28 s 1.12 B-Cable 19 condr. q4 700 ft. .58 ft. 406.00 B- ^ 16 0 14-414, 2-110 435 " .85 " 369.75 B. . 10 ^ 414 185 " .60 " 111.00 B- " 5 " R8 515 " .65 " 334.75 B- " 6 ^ N6 85 " .88 " 74.80 B- " 1 " N10 1500 ^ .05 " 75.00 B- ^ 2 " 86 30 .26 " 7.80 B-Clamp, Gur 4 ea. .53 ea. 2.12 a B-Conduit, flex 2^z213• 1 " 2.13 " 2.13 C-Conneotor 360 24 " •46 ^ 11.04 C- ^ 91 24 " 1.35 " 32.40 B-Coupling 2" 1 ^ .57 " .57 B-Foundation, 72 way Jet.eox 1 " 6.00 6.00 8-Hocks, Guy 4 " .28 " 1.12 a B-Moulding 61 7 " 1.00 " 7.00 B-Nuts 3/4" 19 " .04 •76 • • Sheet 5 of 9 Sheets Johnson Street Underpass - S,m Luis Otispo, California Statement of Costs (c) and Communication Work (9ontid) B-Nuts 1• 4 e�. .10 eel. .40 B- " 3/4" 19 .05 .95 Plates, Strain 4 ^ .26 ^ 1.04 a Pin 7/8 x 2} 1 " .32 " .32 B-Proteotors, Eondvire 24 " .08 " 1.92 B-Rode, Anchor 4 " 1.70 " 6.80 a B-Rings, Cable 700 " .04 " 28.00 C-Roller BearinQe 2 " 58.60 " 117.20 B-Screws, Lag 1 .'i 4 " .09 " .36 C-9vitch Point, Adj. 1 . 22.92 " 22.92 AB -Tie .31 7x9x8 Creo. 1 ^ 7.51 ^ 7.51 a AB- " 1 9x1Oxl2 " 1 " 16.08 " 16.08 a AB- " 2 " " 1 " 16.08 " 16.08 a B-Washers, Angle Iron 12 ^ .15 " 1.80 B-Wire, 1/4" Messenger 100 ft. .03 ft. 3.00 a B- . 3/8• ^ 000 " .06 48.00 B- a #6 3o11d copper 220 " .06 " 13.20 a B-Dashers 13/16" 23 ea. .10 ea. 2.30 B-.able 16 rondr. #14 30 " .43 " 12.90 Sleeves 914 26 ^ .11 2.86 " 910 9 ^ .13 1.17 C-Joints 1369 Ins. 10 Jts. 37.78 Jt. 377.80 a ",Plates, abrasion 12 ea. 1.44 e:�, 17.28 e B-Honda, G.I. 48 " .06 ^ 2.88 Pins, Channel 96 " .02 " 1.92 B-Plates, Gauge 3 ") B-Rods, 3witcb 4 ") B-Detector Bar 1 ") 399.75 lot 399.75 B-Strap, Tie Spacing 1 ") B-Lag Screws 2 ^) 2757.88 Store Expense (a) 463.87 10.00 C 46.39 " " (all others) 2294.01 12.00 C 275.28 Freizht Tjggg all on A to W. Onk. .377 .9 2<2.555 B-W.Oak. to Job 2.280 242.4 552.67 C-El Paso to Job via W.O. 1.102 1519.1 6 24 .27 .01 TM 24.69 Selvage Blocks, Anchor 3 ea. Not Recovered Bolts lx5} 4 " .14 ea, .56 Cr. " 3/4x2} 2 .17 a .34 Cr. " 3/4x11} 8 ^ .15 " 1.20 Cr. " 3/4x91 2 " .12 " .24 Cr. " 3/4x3 11 " .09 " .99 Cr. • 3/4x5-3/4 4 " .17 a .68 Cr. " 5/8x2-3/8 1 ^ .42 ^ .42 Cr. Box Jet. 22 way 1 • 13.06 " 13.06 Cr. Bootlegs 16 " 2.25 " 36.00 Cr. • Sheet 6 of 9 Sheets Johnson Street Underpass - S m Luis OLSapo. (; lirorni& Statement of Costs (c) Simial end Com%unicat;on Work (Cont'd) aa1R¢Q (Cont'd) Box Cone. Battery 1 ea. 4.00 ea. 4.00 Or. " Cover 1 • 2.50 w 2.50 Or. " Racks 1 w 1.00 ^ 1.00 Or. " Battery C.I. 1 " Scrap Cable 16 condr. 014 55 ft. Not Recovered ' 2 w N 6 55 " Conduit" Flex 213' 1 ea. 1.06 an. 1.06 Or. Connectore 36" 16 ^ Scrap a 9' 16 w w Joints 1329 Ins. 10 jts. 3.00 it. 30.00 Or. Ruts 3/4" 38 ea. .02 ea. .76 Or. w 1" 4 " .04 " .16 Or. Foundation Jot. Box 1 " 3.00 " 3.00 Or. Plates. .Abrasion 12 .35 " 4.20 Or. Roller Bearings 2 25.00 " 50.00 Or. Rod Anchor 3 " Not Recovered Moulding 6" 7 " Scrap Tie .01 7x9x8 1 " .80 ea. .80 Or. " 1 9x1Ox12 1 .80 " .80 Cr. " 2 ^ 1 .80 " .80 Cr. Washers 23 .05 w 1.15 Or. " .Angle Iron 12 .07 ^ .84 Cr. Wire, copper Scrap 375 lbs. .235 lb. 88.13 Or. Case Style B Single 1 ea. 25.00 ea. 25.00 Or. Foundation 1 " 20„00 w 20.00 Or. Mast 946"x5" 1 " 5.00 w 5.00 Or. 292.69Cr. Communication Work May 1957 - Paid to Western Union k Telegraph Co. for our portion of expenses in relocating, pole line - Voucher 645 11.98 " 565 540.34 Credit for surplus and u.lva,�d material returned to store 105.04 Or. 447.28 Total 31;na1 and Cor�undcatlon Work 6553.88 Remove Deck Old Structure Oct. 1957 - B&B 12-Foreman 4.17.90/184 8 hrs. 2.2712 hr. 18.17 • Lead Carpenter 24 " 2.176 ^ 52.22 ^ Carpenter 8 2.14 " 17.12 " • Helper 8 " 1.948 w 15.58 103.09 • • Sheet 7 of 9 Sheets Johnson Street Underpass - 3rm Lnis OCispo, C�+lifornia Statement of Coats Remove Deck Old Structure (Cont+d) Vacation Allowance W3.09 4.00 c 4.12 Holiday Allowance 103.09 2.00 r. 2.06 Supervision 103.09 10.00 C 10.31 Worksens Compensation 103.09 4.00 c 4.12 ❑nempioyst & Retiromt. Taxes 103.09 7.42 c 7.65 Health Benefit Coat 103.09 3.00 c 3.09 31.35 Truck C-93 1 day 10.75 day 10.75 Salyame Iron Scrap 169 lbs. .005 lb. .85 Cr. Timber 7"xl7"xl8l ^ 16 ea. No Value .85Cr. Total Remove Deck Old Structure 144.34 Relocate Mir Line Sept. 1957 - W.S.2-Foreman 417.90/168 44 hrs. 2.4875 hr. 109.45 O.T. 3 " 3.60 " 10.80 " Mechsnie 109 " 2.176 " 235.01 " " O.T. 9 " 3.264 " 29.38 " Helper O.T. 3 " 2.922 " 8.77 W.5.4-Traval Rprmn.378.63/168 8 " 2.2538 " 18.03 " " O.T. 3 " 3.26 ^ 9.78 " ^ "Help.338.95/168 8 " 2.0176 ^ 16.14 ^ O.T. 3 " 2.92 " 8.76 Oct. 1957 " " " 378.63/184 16 ^ 2.0579 " 32.92 ^ "He1p.338.95/184 8 1.9421 " 14.74 493.78 "acation Allowance $493.78 4.00 e 19.75 Holiday Allowance 493.78 2.00 c 9.88 Supervision 493.78 10.00 c 49.38 worksens Compensation 493.78 4.00 c 19.75 Unemploymt & Retiremt Taxes 493.78 7.4.2 c 36.64 Health Benefit Cost 493.78 3.00 c 14.81 150.21 Sept. 1957 V.S.4 - D.H.Coutts 3 meals 3.75 " " 1 lodpint, 2.00 " D. A. MoCutcheon 3 Menlo 2.75 " " 1 lodging 1.00 Oct. 1957 " D. W. Coutts 3 meals 3.65 * * 1 lodging 2.00 " D. A. McCutcheon 3 meals 3.65 ^ 1 lodging 1.00 19.80 Sheet 8 of 9 Shoats Johnson St•t Underpass - Son Leis Obispo.California Statement of Coats Relocate Water Line (Copt"d) Pipe 61 G.I. 59 ft. 2.85 ft. 168.15 a Tee 6" 1 en. 16.87 ea. 16.87 a Nipple 6• 1 " 1.16 " 1.16 a Ells 6" 450 2 " 10.83 " 21.66 a Gets Val" 6" Flanged i " 37.50 " 37.50 Check ^ 61 1 ^ 60.00 " 60.00 Flat Steel 25 lbs. 10.32 cwt. 2.58 a Bolts 3/4"x20" 20 " .19 lb. 3.80 a " 5/8 z 31 12 ea. .49 ea. 5.8A a 317.60 Store Expense (a) 220.10 10.00 a 22.01 Total Relocate Water Linea 1003.40 Swineerina-Inspection £nainearine Ont. 1957 - °ngr.Inap. 480.00/184 32 hrs. 2.6087 hr. 83.48 Asst.Ensr. 550.00/184 16 ^ 2.9691 ^ 47.83 Instran. 430.00/184 32 " 2.3370 " 74.78 Draftsmen 365.00/184 16 a 1.9837 " 31.74 Rodman 365.00/184 64 " 1.9837 " 126.96 364.79 Vacation ,llowance $364.79 4.00 c 14.59 Holiday Allowance 364.79 2.00 c 7.)0 Supervision 364.79 10.00 c 36.48 Worknens Compensation 564.79 4.00 c 14.59 Dnemployat & Retireat Taxes 364.79 7.42 c 27.07 Health Benefit Cost 364.79 3.00 c 10.94, 110.97 Insyeotion July 1957 - Instrmn. 445.00/184 48 hrs. 2.4185 hr. 116.09 " O.T. 1 " 3.6277 ^ 3.63 Tech.3tudent 425.00/184 64 a 2.30% " 147.83 ^ ^ O.T. 7}" 3.4647 ^ 25.99 Rodman 365.00/194 24 " 1.9837 47.61 " O.T. 4. 2.9755 13.39 Aug. 1957 - F.ngr. Insp. 480.00/176 108 " 2.7273 " 294.55 e " O.T. 4. 4.0909 " 18.41 Tech.3tudent 425.00/176 48 ^ 2.4148 ^ 115.91 Sept. 1957-Engr.Inn. 480.00/168 160 " 2.8571 457.14 " ^ Q.T. 3}a 4.2857 " 15.00 Oct. 1957 " 480.00/184 152 2.6087 " 396.52 Nov. 1957 510.00/168 88 3.0357 " 267.14 1919.21 Vacation Allowance $1919.21 4.DO c 76.77 Holiday Allowance 1919.21 2.D0 c 38.38 Supervision 1919.21 10.00 c 191.92 Workmne Compensation 1919.21 4.00 c 76.77 unemploymt & Retiramt T,;xes 1919.21 7.42 c 142.41 Health Benefit Cost 1919.21 3.00 c 57.56 583.93 • • Sheet 9 of 9 Sheets Johnson Street Underpass - San Luis Obispop California tin,lnserin-Inspection (Cont'd) Inspection (Cont'd) July 1957 - X.-,.McCullough Aug. Total Engineering[ - Inspection Flasrine Oct. 1957 - Herder Vacation Allowance Supervision Workmen" Compensation Unemployst & Retiremt Taxes Total Flagging Contractors Operations July 1957 - Herders " O.T. Vacation Allowance Supervision Workmen Compensation Unemployst & Retiremt Taxes Total Contractors Operations Total Statement of Costs Statement of Costs 24 meals 31.55 18 " 24.20 55.75 3034.55 250 miles 19.34 c mi. 48.48 $48.48 4.00 c 1.94 48.48 10.00 c 4.85 48.,8 4.00 c 1.94 48.48 7.28 c 1.53 12.26 60.74 56 hra. 2.4.238 hr. 135.73 15 n 3.6356 " 54.53 190.26 4190.26 4.00 0 7.61 190.26 10.00 c 19.03 190.26 4.00 c 7.61 190.26 7.42 c 14.12 48.37 238.63 36,146.31 SAP: i..-JIS OBISPO, CPLIkLRND Ex'IFA WORK - .Nine (9) ._-_- Johnson Street Underpass C ,P1.an,No.7-57 Project. Unit N3 January 31 38 Madonna Construction Company __ -- Contractor Y-.: are hareb) a thorized aM d=rented to make the herein described ahenCes -fmk' the and anec. .^':i°an -cr to increase or decease contract quantdties, as Co3.lawag David F. Romero..... Construct steps from Justice house to new sidewalk j19.99 Labor, materiels plus 13% Construct retaining wall from retaining wall to Justice steps Labor, materials plus 15A Construct & adjust band on 24' CNP through North abutment Labor, materials plus 15A furnish & install reinforcing steel in P•C•C. Cone. Pavement Labor, materials plus 15X Pave 2,100 eq ft of Munoz Street with one inch (le) P•M.S. 6 8 .06 per aq ft. careful cca=d c. •:�•ic•. .. , !',aisle e:I Lhe YOB•- n1l ..`•,.:,,r...,,,, January 80 7 58 MADONNA CONSTRUCTION COMPANY 8y �: _tW,_� — _Uaonnn Construction Cospahyr 45.69 43.13 149.74 126.00 (; Ww../H. Ramsey �y//�/�y�� �U. • IOme0 , • CITY of • SAN LUIS OBISPO, CALIFURNIA Contract Chango Order N0.1.1shl 181 Date JgAuary 11. 19A ProjactJohnaon 9treetggpg.aa City Plan No. 7-57 Prat, unit *3 To, M fna Constr ntion mn^nT_ , Contractor. Tou are hereby authorized and directed to make the herein described changes from the plans and specifications, and/or to increase or decrease contract quantities, as follow*: As requested by_jjglj�F. one ro INCREASE OF A LUMP SUN CONTIACT QUANTITY Increase roadway excavatlon/required to remove wet and spongy subgrade material. The contract unit price per Cu Yd is as follows: 7'1��95120.00 Lump ,450 Cu Yde INCREASE - - 2,454 Cu Yde x 76.8¢/cu yd _ 61,884.67 We, the undersigned contractor have given careful consideration to the changes pro- posed and hereby agree, if this proposal is approved, that we will provide all egd.paent, furnish all materials, except as may be noted above and perform all services necessary for the work above specified, and will accept as flail payment therefor the prices shown above. By Mason of thia proposed ,hags days extension of time will be eliwe_.— A.c�vpted date Jan 30 14 58 MADONNA CON&TRUCTION COMPANY INCREASE Total cost of change not, to emceed, & 1 RR4.Ry Submitted byt Ramsey - ardent veer alzr/_!+ � — omero-city Entiner Madonna Construction Cospany GM OF S." Lars 0F,I3e0, CALI@URNTP Pm jecc . ToY�[!5R9..�EFI.R_�...ligde rPass jinn_ 17� 4iS7 _�liha_�a� .Z-ST.-__Zrpj. Unit N3 January 31 58 _ Madonna Construe t).on. gQW&Aj�, Contrec-ors %n.,, r, r.:at °:.._.-.L^hori?ed aM d:rect.ed to rake the }iereir described changes frna -die tc increase or decrease contract quariti.tiei, as :o-+1owvl David F, Rgmere DELETE FROM CONTRACT Item 49 Install 2 monument wells 0 $30.00 each $60.00 .10cm. _ ... _r.�_._ W.H. Ramsey - .. ,i,,...,•� No. D.F. Romero So�0 . �'/etd0 a ww iiv'++j7'�r.n <fr�!✓ .