Loading...
HomeMy WebLinkAboutReso 1970-5779Form Noa 312 Revco 8-67 RESOLUTION NO~ 5779 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS AND AWARDING CONTRAC'T' FOR DRAINAGE FACILITIES AT PALOMAR STREET AND SECOND AVENUE The City Council of the City of Chula Vista does hereby resolve as follows: WHEREAS, the following five bids were received and opened at 11:00 a.m. on the 18th day of August 1970 in the Counci am ers of the City of Chula Vista for drainage facilities at Palomar Street and Second Avenue . Ballard-Williams $66,860.40 Daley Corporation 69,157.00 Sapper Construction 72,588.70 Pacific Engineer's 80,388.50 Sullivan-Zinser 91,450.00 and WHEREAS, it has been recommended that said contract be awarded to the low bidder, Ballard-Williams who has assured the City that he is a licensed contractor in the State of California and can produce an acceptable performance bond. NOW, THEREFORE, BE IT RESOLVED that. the City Council of the City of Chula Vista does hereby accept said five bids, and does hereby award the contract for said drainage acs sties to Ballard-Williams to be completed in accordance with the specifications as approved by the City Engineer of the City of Chula Vista- BE IT FURTHER RESOLVED that the sum of $66,860.40 plus $639.60 for any minor contingencies that may develop for a total sum of $67,500.00 be, and the same is hereby appropriated from the unappropriated surplus of the General Fund for said drainage facilities. BE IT FURTHER RESOLVED that the Mayor of the City of Chula Vista be, and he is hereby authorized and directed to execute said contract for and on behalf of the City of Chula Vista. Presented by Approved as t o~ by ~~ ,-, r- - ~ ,` ; i /' ~" jCi. > Lt i 1`. Lane F. Cole, Director of George D. Lindberg, City Att rney -1- ADOPTED AP'D APPROVED by the CITY COUDICIL of the CITY OF CHtTLA VISTA CALIFORNIA, this lst day of September , 19 70 by the following vote, to-wit: AYES: Councilmen Hyde, Egdahl, Scott, Hobel, Hamilton T?AYES: Councilmen None ABSENT: Councilmen None vt.l~4~ Mayor of the City of Chula V to ATTEST c..~c.-~_.~ Lit ~~" City Clerk STATF. OF CALIFORNIA COUNTY OF SAT~1 DIEGO ) ss. CITY OF CHULA VISTA ) I, KENNETH P. CAMPBELL, City Clerk of the City of Chula Vista, Caltro~nia, DO HEPEBY CERTIFY that the above and foregoing is a full, true and correct cnDV ~~1 and that the same has not been amended or repealed. DATED: city Clerk `~^ ~f~, S77~i . CERTIFICATE OF INSURANCE ` J~&eogs~ THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR I~ ~~ ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. C .w UNITED STATES FIRE INSURANCE COMPANY 2 X THE NORTH RIVER INSURANCE COMPANY ~~~'CE GO~Q! WESTCHESTER FIRE INSURANCE COMPANY INTERNATIONAL INSURANCE COMPANY IS IS TO CERTIFY TO CITY OF CHULA VISTA (Finance Officer) (NAME OF CERTIFICATE -HOLDER) City Hall, Chula Vista, California (ADDRESS OE CERTIFICATE-HOLDER) AT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY, ARE IN FULL TRCE AND EFFECT: INSURED'S NAME: BALLARD WILLIAMS CEMENT CONTRACTOR B & K Contractors, Inc. ADDRESS: 2277 National Avenue San Diego, California CITY & STATE E POLICIES INDICATED HEREIN APPLY WITH RESPECT TO THE HAZARDS AND FOR THE COVERAGES AND LIMITS OF LIA- ITY INDICATED BY SPECIFIC ENTRY HEREIN, SUBJECT TO ALL THE TERMS OF SUCH POLICIES. POLICY I ION -- - -- --- COVERAGES AND LIMITS OF LIABILITY HAZARDS NUMBER EFFECT VE DATE EXPIRAT DATE BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY each person each accident each accident aggregate ---- MISES -OPERATIONS ~ - - - ~ 27 $1 08 -- 7-16-70) 7-i6-71~I $ 5000001 II $ 500 $ 50 ,000 $ 50,000 - VATORS ~ -- - _ - _- __ ~~ ° - ° $ ,000 $ r!000 $ ~~,000 XXX7C EPEN DENT CONTRACTORS " ~~ ~~ $ x!000 $ x!000 $ ~~ ,000 $ ~~ ,000 DUCTS COMPLETED $ ,000 $ ,000 $ ,000 $ ,000 OPERATIONS ~~ ~~ -_ -_ _ _ - ~~ AGGREGATE: ~ u ,000 XXXX XXXX JTRACTUAL-AS DESCRIBED BELOW ~~ ~~ n -_ _ $ n ,0~0 _ _- $ ~~ ,000 $ n ,000 $ n ,000 iOMOBILE LIABILITY 'NED AUTOMOBILES - _ $ ,000 _ - _ -. $ ,000 $ ,000 XXXX ED AUTOMOBILES ~ _ _ 1 - - - -- - I I - - 000 $ ,000 $ $ ,000 XXXX V-OWNED AUTOMOBILES - _ -- - j I I $ I ,000 j- ,ooo $ ,000 XXXX RKMEN'S COMPENSATION AND 'LOYERS' LIABILITY COMPENSATION-STATUTORY EMPLOYERS' LIABILITY $ ,000 BRELLA LIABILITY $ ,000,000 CATION AND DESCRIPTION OF OPERATIONS, AUTOMOBILES, CONTRACTS, ETC. (FOR CONTRACTS, INDICATE TYPE OF ~REEMENT, PARTY AND DATE). Construction of Drainage Facilities in the Vicinity of Palomar Street and Second Avenue in the City of Chula Vista, Calif. POLICY IS CANCELLED, ten days RITTEN NOTICE WILL BE GIVEN TO: '.TE: 9-3-70 103.0.4 4PT (REV 12/68) Certificate Holder AU Financial Insurar ORIGINAL COPY REPRESENTATIVE Services . ,, .. t. S #21 .. ~„ D1~._z~Ii~AG:s FACILITl"i,S Iii TriF: ~~IC;INTTY OF PALOy?'~R S1':~Z~:ET AN7 SDCOvD A~Il':li_~~ August 4, 1970 ADDENDUP~I #1 Subject: Addition to Section. 5-~4 of Special Provisions as follows: All wings for endwa_lls and headwall to be constructed per State Standard Drawing iTtimber. SD 86-~~ may be con- structeu cei_th gunite or Portland cement concrete (6 sack). Ii gunite is used; it shall be in accordance with Section 53 of the State Standard Specification. The dim~~r~sions shown on Drawing SD 86-A shall hold true for either_ P.C.C. or gunite. Please a;:kncwledge Addendu~-n #1 as pro~,rided below. Acknowledged by: Bidder's Signature C.~~Englneer - ~~~! ~~~ ~ J ~~~ ~ ~ ~ Y• ` ~ SPECIFICATIONS FOR THE COfdSTRUCTION OF DRAINAGE FACILITLES IPJ THE VICINITY OF PALOf~~AR STREET AfvD SECOND AVENUE IN THE CITY OF CHULA VISTA, CALIFORPdIA ~. ~- ~'S.,-y~~l CITY O CHliL.r3, V~STr. S'IATF, OF C~~?.LIFCi<N~r'`. NOTICE `_~'O C0=~1T2~~CTORS SEALED PRCrOSALS will be received at the of-=ice of the City Engineer, City of Chula Vista , ;grit i l II • p~J , . M. cr.. . A~ust 181 1970 at ~ri-~ich time they will be publicl Y ooered and-rend for performing :vorl~: as follows : "THE CONSTRUCTION OF DRAINAGE FACILITIES IN THE VICINITY OF P~A~LOTA'17AR}~~'S'TF.EET ~'VD SECOND AVENUE IN THE. CITY Off.' Cl~it~LA VISTA, ~.1'S.i.lll~ ~1V.Y lti€7 No bid will be received unless it is made on a Proposal Form furnished by the City Engineer. Each bid must be accompanied by cash, certified check, cashier's check, or bidder's bond, made payable to the City of Chula Vista, for an amount equal to at bast ten percent (10~) of the amours bid, such Guaranty to be forfeited should the bidder to whom she contract is awarded fail to enter into the contract. In accordance with the Provisions of Sections 1770 and 1781 of the Labor Code, the City Council, by Resolution. No. 5488, approved December 23, 1969, has ascertained the general. prevailing rate of wages applicable to the work to be done. The prevailing wage scales are available in the office of the City Clerk. No bid will be accepted from a contractor who has not beer licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. Plans, forms of proposals, bonds, contract, special pro- visions and specificatiens may be exa.^::i ~d at _the office of the City Engineer, Room 117, Civic Center, Chula Vista, California. Copies of plans and specifications may be obtained at said office upon payment of $3•p0 If payment is to be made by check, it should be made payable to the "City of Chula Vista". NO REFUND WILL BE NUDE. The special attention of prospective bidders is tailed to Section 2, Proposal, Requirements, and conditions for instructions regarding bidding. The City Council reserves the right to reect arty or all bids and to waive any irregularity or informality n any bid to the extent permitted by law. CITY OF CHULP. VISTA Dated: July 27, I97Q ~~~ e Director of Public Works ~ . ~ l I~~ • . - • ~ PP~OPOSAL i-~em Approximate. Items ~-Jith Unit Price Price In Total Quantities Written In Words Figures 1. 1 Each Type "D" Culvert Headwall Per State Std, Dvag. #D85-1 One Thousand Dollars $1,000.00 $ 1,000.00 ,Each Ea. 2. Lump Sum 4' x 8' Double Box Culvert Eighten Thou san $18,950.00 $18,950.00 ump um L.S. 3. 1 Each Warped End Wall W/12' Transition Per State Std. Dwg. SD86-A One Thousand And wo~=3undred And Sixty $1,260.00 $ 1,260.00 Each Ea. 4. 196 L.F. P.C.C. Channel - in hi r t y N T e i f t y ntg l l a r sA n d F Ce D o $ 39.50 $ 7, 742.00 l.~,,l t ~ L,li a A l.l l. ~ tv~t~C'~ir~3n~~YVF~~1ri1~ r ~ t,~i l i l l 1~.l l. L~ V..l l. .l 1 L ~1~~R71~~7~~N~~xt-`~r'19~1~~1~~~C~~r7~~r $ ` Per Lineal~Foot r L. . 5. 1 Each Warped Wing~aall GJ/20' Transition Per State Std. Dwg. SD86-A One Thousan d And_ -T r~ $ $ ~,90~-~~ Per Each/` Ea. 6. 492 L.F. Ciiai n Link Fence Three Dolla rs A~.int Five Cents $ 3.95 ~ $ 1,943.40 Per Lineal Foots ~_~~ 7. Lump Sum 3.5' x 7' Triple box Culvert Twenty Two Thousand And Nintv Five Dollard $2.~ _QQ_ $ 2~, 09~sQQ ~~T-^~rer Lump Sum L.S. _---, .. - r r,/. ~:~~ ~ "~ ~~-1 i J `~ • •~ Item Approximate Items With Unit Price Price In Quantities Written in Words Figures Total 8. 1 Each. Warped Endwall l~J/40' Transition ' Per State Std. Dwg. SD86-A 9. 10: Three Thousand And Five Hundred And Sixt $ 3_,560.00 $ 3,560.00 Each Ea. Lump Sum Modification to Existing Type "F" Cleanout 310 L.F. Lump Sum Nint Five Dollars $ 95.00 $ Lump Sum -~i~.S.~ 42" R.C.P. - 1,000 "D" Culvert 95.00 Twenty Four Dollars $ 24.00 $ 7,440.00 Per Lineal Foot -~~L: F.~- New Inlet Transition EtGht Hundred And SBVenty Five 875.00 $ Lump Sum L.S. GRAND TOTAL $ 66, 860.40 875.00 <----> ~~ _, • ,Proposal (Continue;) The andersigneu further agrees that in case of default in executing the required contract, with necessary bonds, within the ter, (10) days not including Sunday, after having received notice that the ca^+=ract is roady for signature, the proceeds of the checn or bond acrompanyina his bid shall become the property of the City of Chula ~Tis to . Licensed in accordance with an Act providing for the regis- tration of Co :tractors, License No. ~,Q~~,,~., Contractor's State License Classification General Building Contractor Q ~ j ~ ,jG'~~,5'L ~9 Signature of bidder ; ~~~~~ ~~~~~ r~~.~~ ~ ~ `mil . ~ _ _ -- Ballard Williams, An Individua~-~ (if. an ~_ndividual, so state. If a firm or copartnership, state the firm name and give the names of all individuals, copartners com- posing the firm. T_f a corporation, also names of President, Secretary, Treasurer a:~.d b2anager thereof, and affix the Corporate Seal thereto.) ~ ` , ~ ~ L; ~ , ,~ ~- ~ ~ ~-~-~, c-4A h~~=~ ~ c~ ~At`~b ~'~ C~~ Dated: August 14. 1810 6551 Bantam Lake Drive, San Diego 92119 (Business Address) AFFII?AVIT - CONTINU D LJSE THIS~FCRt: WHEr7 EyDDER IS A CO-PARTNERSHIP STATE OF CALIFORNIA ) SS. COUNTY OF SAN DIEGO ) Affiant (s), being first duly sworn, each for himself deposAG and says: That (Names of all Partners) are partners, doing business under the firm name and style of (Name of Firm) and that said co-partnership makes the accompa:sying proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, fir:r~ or corporation to refrain from bidding, and that the bidder has not in any manner sought by collusion to secure for himself an advantage over any other bidder. Subscribed and sworn to before me This day of ~ lg Notary Public in and for the County of State of , _-----, ., .,_ -- .71 ` _ f •• AFFrDAVT~' TO ~'=CC0.~1P~'~NY PRG~'7~<~L USE THIS FOtZl~'I WHEN B3~DEP, a.S AN lvt~I~~7:iDUr?T, STATE OF CALIFORNIA ) SS. COUNTY OF SAN DIEGO ) / ~ , <l j _(N.AME) ~~/~'~ r~a%' ~"~~r~,`'~/z~ Y,~~ S , affiant, being first duly sworn, deposes and says; that he is the bidder who makes the accompanying proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corpo- ratior_ to refrain from bidding, and that the bidder has riot in any manner sought by collusion to secure for himself an advantage over any other bidder. Subscr' nd sworn to fore me Th ' ~ ' day o f ~-~~ ~a y f_ _.- DAVID S. FOLSOM ARY PU6LIC - CAUFORNlA PRINCIPAL OFFICE IN SAN DIEGO COUNiY 19 , ~~ ~. ~ (Signature) Notary Public in and ror~the County of _._.. _ - ,~'" - - - ~_-> 'rr ~,', ,~,,~ ~, State of ~ 4~;,~~~~;-- ~; < AFFIDAVIT - CONTINUED tTSE THIS FORM WF-~EN BIDDER IS A CORPORATION STATE OF CALIFORi1IA ) SS. COUNTY OF SAN DIEGO ) affiant, the or Mgr. Ofcr. President, Secretary of Name of Corporation the corporation who makes the accompanying proposal, having first been duly sworn, deposes and says: that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited .any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the bidder has not in any manner so~.zght by collusion to secure for itself an advantage over any other bidder. Subscribed and sworn to before me This day of 19 Notary Public in and for the County of State of (Signature) President, Secretary or Managing Officer • •~ ` ~ BIDDERS BOND TO ACCOMPANY PROPOSAL , KNOW ALL MEN BY THESE PRESENTS, That I/We Ballard Williams, A General Building Contractor National Indemnity Company as. Principal, and as Surety, are held and firmly bound unto the City of Chula Vista in the sum of Ten (10) per cent of the amount bid ($ ); to be paid to the said City or its attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and. administrators, successors or assigns, jointly and'severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH: "SPECIFICATIONS FOR THE CONSTRUCTION OF DRAINAGE FACILITIES IN THE VICINITY OF PALOMAR STREET AND SECOND AVENUE IN Z'HE CITY OF CHULA VISTA, CALIFORNIA", dated August 14, 1970is accepted by the City of Chula Vista, and if the above bounden Principal his heirs, executors, admini- strators, successors and assigns, shall duly enter into and execute a contract for such construction and shall execute and deliver the S ~~~~A two bonds'de5'cribed, on or before the date specified in the "Notice of Award", which date eluding Sunday), from bounden that said contract is shall become null and force and virtue. shall be not less than ten (10) days (not in- the date of the mailing of a notice to the above by and from the City of Chula Vista ready for execution, then this obligation void, otherwise it shall be and remain in full IN WITNESS 47HERECr, I/We hereunder set our hands and seals this 14th day of .August 170 APB VED AS O O„~!: ~~ ; ~ _;~ City _ ttorney Surety 11TATTnNaT. TNIlFMnTI.7~Id~~p~_ ____ ~ ~tt'~~i ey Ind act - - •~ r ~~~~. ~7~~~f Z d U w J !•- Q Z O J Q U ,~ Individual AcKnowledgment STATE OF CALIF RNIA COUNTY OF~~,~~~ SS. On a before me, the undersigned, a Notary Public in and for said County and State, ersonally appeared ~~ G~~ G `" known to me to be person whose name subscribed to the within instrument and acKnowledged that- executed the same. WITf~55 my hand and official T-22/IOM-4-]0 Notary Public in and for said County and State °.. ~f OFFICIAP_ SEAL' V,; ~• ""~ ~ SUSAN M. TAVAGLIONE ~~~ r ~` ` N07ARY PUBLIC -CALIFORNIA i o ~~ ~,y~;: _~ PRINC!?A1. OfF~CE !N .L_, i °~ ~,~,Fr°' St-~_N G FAO C^L'NTY My Commi~sian Exp;res h~'ar. 10, 1374 A'1"TORNIsY-IN-TACT ACICNC)WLEDCMI~NT OIL' SURi'I'Y STATE Or )SS COIIN'I'Y OI~' - ) Un this _~!~ ay o 19_x, before me, 1~~ ~ ~~~ ~~~~ a notary public in and//~a,f//or sa'd County and State, personally appeared ~ L~/- known to me to be the person whose name is subscribed to he within instrument as the attor y-in-fact of the ~~ /.1~rC.l/~ 1 the corporation named as Suety in said. ins rument, d aclnowledged to me that he subscribed the name of said corporation thereto as Surety, and his own name as attorney-in-fact. =~,~~::;:.~~. OrFiCIAL SEAL ~,. r-~' ~ `SUS aN ^,^. TP.VAGLIONE ~-- ) NC)TAn~" P!.13Li~ CALIFORNIA ~>> , ~, !. _ ~n~!NTY ~My ~cn r ~.~~ ~~ <a~ es f :a . 10, 1974 Notar Pub is in and for e,County of State of C"alifornia n ~• ~ ~ATIONAL INDEMNITY COMPANY.. Omaha, Nebraska GENERAL POVIIER OF ATTORNEY Know all men by these Presents, That the NATIONAL INDEMNITY COMPANY has made, constituted, and appointed, and by these presents does make, constitute, and appoint for the period ending January 1, 1973, T -~ - - its true and lawful attorney for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, under- takings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of -~ ,• -i - / „ This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of NATIONAL INDEMNITY COMPANY at a meeting duly called and held on the 15th day of October, 1968: "RESOLVED, that the President, or any Vice President of the Company, be, and that each of any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of NATIONAL INDEMNITY COMPANY, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." In Witness Whereof NATIONAL INDEMNITY COMPANY has caused its official seal to be hereunder affixed, and these presents to be signed by its President and attested by its Secretary this ,T,,; ~ - ~?~ i ~' Attest STATE OF NEBRASKA COUNTY OF DOUGLAS 1 NATIONAL INDEMNITY COMPANY ~~~ E M N~TY By ~f~ Q~ • GAR P O R,q ~~ •.~O F- OMAHA, NEBR. ~ Q D Z ; ~ 2 i Secretary ~ 1 9 4 ~ < ~ President On this T" , ~' `' ~' , ~ ,~ ~ ,,~ before me personally came Jack D. Ringwalt to me known, who being by me duly sworn, did depose and say: that he is President of NATIONAL INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. CERTIFICATE STATE OF NEBRASKA ss.: COUNTY OF DOUGLAS Notary Public, Douglas Co my Nebraska My Commission Expires 7_ . I, the undersigned, an Assistant Secretary of NATIONAL INDEMNITY COMPANY, a Nebraska corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Omaha, Nebraska. Dated the l~+th day of August 19 70 ~N~ E M N~TY ~~ ; G~Ft P O Rq ~..,. ~O F- OMAHA, NEBR.. ' ~ Z. .~ (6/701 1 9 4 ~ ,_____~ Assistant Secretary _1 '.. _ y~ _ _~:.~ _ .. ,. '_:~w w.~:~~~ ~ Send No. 7705 ~~a0.~? ~:LL I•'~'_~ ~ ._ ..~ y.,. , - A Ganes 1 t:3u i I d i n , --'~~ i.~ "1~ r " ~~', ~ ' ~ T/~'•~' F, I lard Wi I 1 iarts, Contractor , the Contractor in t~"ie ccALtr.~ct ;°t~rc-to azlnexed, as Principal and ivATIOiJA.L IldL7Ei~4NITY CC?t~iPAr~Y as Surety, are h`1d and firmly bound unto the CITY OF CE-i:UL.~ V? S2'A, a T~.unicip al Corporation, located in San Diego one County, California, in t~:e sum of Sixty six thousand ~ i c~ttt hundred sixty and ~0/ I Oc ~OLLA~tS ($ 6f~,8E1.00 ) Iawr"ul money of the United States, for ~:hich payment, well and truly to be rC~3de, ~•ee bind ourselves, jointly and severally, fir.aly by these presents. Signed, sealed ar~d dated w_ Se~temi~er 3. 1~7Q Tre condition of the grove obligation is that if said Principal, as Contractor in the contract hereto an::exed, shall faithfully perfcrm each a.nd all of the candit~_or~s of said contract to bo performed by him, and shall ~urni s'n all foals, equipment, a;~paratus, facilities, transportation, labor and material, other than material, if any, agreed to be furni~hc-d by the City necessary to perform and ccmplete in a good and <<~or':n~anlike marxr~er, file work of ; "THE CONS'T'RUCTION OF DRAINAGE FACILITIES IN THE VICINITY OF PALOMAR STREET AND SECOND AVENUE IN THE CITY OF CNULA VISTA, CALIFORNIA" in strict conformity ~~ith the forms and cand-~ions set forth in the cant Tact hereto anr:•:ed, az-~~d shall pay or caul ~• to be paid, all persons whC? perfcrm la?ty)r fOr, Car ~urrlish materials to Bald C;:"li_r.?CtQr', C?r t0 any subcantrac-~~or in the -~~~~=rutiozZ of t~xe said CGntr~i Ct, tl2en this obligation shawl Lze n~~ll ar~~3 von c?, othor~-,rise to :~e~;ain in ~~zll force and eff~''.Ctj a.nd ti7° SLirety, rOr Vc ~i~E? rr?GP1'~7C'_d, h°r~`'5:~1~ St~;i~tt_lutE'S and agrees that r: C3 C!?cv31CE?, (':;tGi.^~].C:J?7 of 3_i%~~;:, a~ttyi'r-;i~iGJ1 G"!" additiC:n to the terms of ,.,e cc~ntr~:ct or_ tor_he v~°or~ ~,o be p~~~: ~=orrr;ed "there"tinder, or the SpeCZf.:IC<:it]_~il ?CCO:i:i:~nlj1~-~ t~ZC Sc.`.ie, .sl;a7.l ? "t any ?~':~,g` aff=ect its obligations Gil thi:~ }~o;id, G}.~d .it co~:s ho~:eLy ;~:a~._~.-~~ no;~i-~e of any Su Ch change, E?_`:t°nS10i1 CZ'f L:_,.!E?., ~~1i:'.T:cit.2.^.~I~ :"Z" c_~'C;_l'1:~.,.. LU ti1~~ t".'~""1S ~, of the contract or to the ~.."rk or to t'r;e s~eci:r~.cs~ tic~~.s. t3a I I and W i l l i ams~A Genera I Su i I d i nc~ NAT I Gt~IAL I rJDEP~N I TY COQ ~PANY __..__.._. ~.,.~..__.~_._.~....~~_.__.___.~__.._a. ~~..._- Contractor ~~-~.- Cazztractor _ ~tY .~'~orriey=i;~~F"acT- ,- ,~ APPRO. ~D AS TG F G~ct~Zx:; ^R ~ ,~~„~ ~~Z~-c~/~' ~ L~ ~- -~ - -. ~~ _~ __~..._.._..~~...~ __ _.~.~_...~_~ C i ~ y ?~ t ,. o r n e y r ., `J~ '` 'C_ ` ~ ~ ~(~ } Z Q 'U w J ~_ i- Q ,Z O ~_ J Q U Individual AcKnowledgment ST.gT~ OF CALIF RNIA COUNTY F } SS. On yl before me, the undersigned, a Notary Public in and for said County and State, personally appeared `~~G~~C~~~~ known to me to be th person whose name subscribed to the within instrument ar~d acKnowledged that~~. executed the same. WITN~~$ my hand and official seal. T-22/1 OM-4-]0 Notary Public in and for said Cou`rTfy and State ~ ~ ~ ~,,~ ,,g..__ ,~~, a n ATTORNEY-IN-FACT ACKNOWLEDGMENT OF SURETY STATE OF Ca I i forn i a ) SS COUNTY OF San ~ i P~ ) On this 3rd day of September , 1970 , before me, the unders i fined , a notary public in and for said County and State, personally appeared ~,, i i i ARn w HAYNF known to me to be the person whose name is subscribed to the within instrument as the attorney-in-fact of the NATIONAL INDEMNITY COMPANY , the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation thereto ns Surety, and his own name as attorney-in-fact. _.__ ~ ~ ~!' C~°°~ •5~r ~~e}G z5 ~,-~>.• : ~~. . ,..,~~_,~ Notary Public in and for the County v ~^ ~ OFFICIAL SBA ~r- N ,~~-~~ SUSAN h". TAVAGUONE ~ Of San Diego , State of Gaiifornia v °~- ~= - q't~~;, -"A / °i'';LF CAI IFORNIA r 7 €~~.ls~ "~ - ~ ^, iy "~ My (,oar! s I ~ ~ ar 1~ 1~,, i J • -• _ NATIONAL INDEMNITY COMPANY • Omaha, Nebraska GENERAL POWER OF ATTORNEY Know all men by these Presents, That the NATIONAL INDEMNITY COMPANY has made, constituted, and appointed, and by these presents does make, constitute, and appoint for the period ending January 1, 1973, ~• ~_I. i.T.i~~"nN nr1 '~~~^i` ,~T rll~p T? TT•-i~-, nZn <. n11 its true and lawful attorney for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, under- takings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by tl~e Board of Directors of NATIONAL INDEMNITY COMPANY at a meeting duly called and held on the 15th day of October, 1968: "RESOLVED, that the President, or any Vice President of the Company, be, and that each of any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of NATIONAL INDEMNITY COMPANY, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." In Witness Whereof NATIONAL INDEMNITY COMPANY has caused its official seal to be hereunder affixed, and these presents to be signed by its President and attested by its Secretary this _ NATIONAL INDEMNITY COMPANY Attest: ~NpEMN~ry By f =P~•GORPOR~lF•;~O F- OMAHA, NEBR. ~ ~' •~ , Secretary 1 9 4 0 President STATE OF NEBRASKA ~ •••••• COUNTY OF DOUGLAS On this ° ~?'"'%."'- 'h ,, ~ `'~?'~before me personally came Jack D. Ringwalt to me known, who being by me duty sworn, did depose and say: that he is President of NATIONAL INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his narne thereto by like order. /~Z~-apt Notary Public, Douglas Coun y, Nebraska CERTIFICATE My Commission Expires ~ . STATE OF NEBRASKA ss.: COUNTY OF DOUGLAS I, the undersigned, an Assistant Secretary of NATIONAL INDEMNITY COMPANY, a Nebraska corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has ~,ot been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Omaha, Nebraska. Dated the .3rd day of SP~~E~T,i,ZFr , 19 ~('~ ~N~ E M N~Ty ~~ ; GpFz P 0 Rq ~.•• ~o ~I F- ;OMAHA, NEBR. ~ y Z• ~.r :/701 = •~ 4 ~ , ~~ '~ ~ • Assistant Secretary ~S, .~ 7 7~f ~„ f .. _ 1 , ~, ,; ; . _ _ _ __ .. _._ __.. _ . __ .. _ ...._ _._..__..._____.._ ~ Bond No. 7705 R~ .-~ ~. - ,r ~, // ILI~TO~~' ~.L r° ~; ~ .~ „_ ~ _ ~ _ sa and 1A1 I I isms, a Genera! the Contractor i?Z tab? CCntraCt ~:cret0 anA:C~i~=Gt, aS ~'riT2C:.~_:a 1, and NATIONAL INDE~~INITY GOPh~? tdY as Surety, a-='e I.el.d and ti.r_mIy boz~rd unto the CST~Y OF Ci-iUIsA VISTA, a i~Iunicip al Corporation, locates in San Diego County, California, in the Sum of Th i rtv .Three thousand four hundr .ri th t rfjL~ne ~ $ 33, 4_"~ I .00 ) and No/100 Dollars lawful money of the United States, for which payment, ~-rell and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. Signed, sealed and dated ~ September 3, IQ70 The condition of the above obligation is that if said Principal as Contractor in the oontract here co annexed, or his or its subcontractor, fails to pay for any material, provisions, provender, or other supplies, or teams used in, uLon, for, ar about the performance of the work contracted to be done by :aid Contractor, na:~ely, to furnish all tools, equipment, apparatus, facilities, transportation, labor, and material, other than materials, if any, agreed to be furnis'ned by the City, necessary to perform and camp~_c te, and to re.r. farm and complete ir. a goad and workmanlike manner, -t're work of; "TY.E CO~dBTRliCTTON OF DRAINAGE FACILITIES I"3 TITr VICINITY OF PALON~AK STREET ~~1PvD 5ECOND A.V)/`7L?l I.d TiiE CIi'Y OF CIiLLA VISTA, CALIFORNIA"" in strict cor~forn;ance ~~=ith the terms and conditions set forth in the contract hereto annexed, or for ~_ny work or labor done t:r~ereon of any kind, said S~.??~-ety s:=ill ~a~,Y the same in an azr.curt rot exc_eding the sum hereinabove sot Earth, and aJ_;,o ? n case suit is brought ?zpon this l~o~zd, a reasonable attorney' s f=ee to be f~..~.cd by the coasts. "r;,; s bond sha11 inure to the b^rzefit of any and all ys~~=rsons, cc:(zpanies, and corporations eartitled to 1~ile clai::l;; ur~:;~eY- and by vi rtue of the pro- visions of an act of t?~e reaisZaturo cf tre Stata of California entztled "`An ACt t0 ~,~eC•..It'E' thG' 1'a~'~,y~'-.n.t Of tY'in Clali~a of ~YY"SOi1S En?.ployed by Cort'craC.tCrS ti't?On 1'~..;'Jl1C T'?O?_"rtS, ~ ?~d t'tle C~:a1CT'S C?f ~CrSOnS ~•Y-ho Furnish I~'Iater~_als, Supplie~~~, '~eaT:-,:~, or:~~i:=me.nts, or A'ac.~i.n~~ry used or consumed by such Co-r~tractors izi tee Fc~ f;,.tr,ance o_= ::uch t°nurks, and Prescribing t?he ~'?utiea of C,_~r-c~xi:~ x~~~i:ic f,~:::~.c~~.s v?]_~,. ~ ,~ r?~s~cc_c~ Thereto, approved i~ay 10, 1019, ar,;ended; and t'r,e sa r ~~ret_y, for va1_ue received, hereby stipulates a?Zd agrees t',at no c'r~arcM, ex-'_~-:nsi,:,a: or time, alter- atlOri, or additl.Ori t0 the %.r~rR•i;~ G'f t}?%: CQii~,.''~C~_ •^.:~" tC tI"„~ ~'rOrk t0 be perforated thereunder or :.hn sx_ .~ci:`icai_.":.=~.w ~f~;~Q:;~1 ~-; '-j, ~-~r,:o shall ~. Y i:1g ~x!C a~i in any way arfc~c` it:~ o11i_gati c~r:~ can ii:iv .;~;7'd, a.i7_.~ ~_t dC~s ~iertby 'GdalV? nOt1Ce Of a.?.y .'_'~?C" C.hc:n3~'S, CXtE'S:S'_,::i?: <`~f ':I~1C, a~{_:?=~3.i':tOn Or addition to the tez.n,s of the c^n tra.e.t or to the c•r~~rk or to the sL~eui- f?_ca.tions. 8a I l a rd 4d i l l i ams, A Genera I tau i l d i nn Contractor FIAT N I N~f N I~iPA;dY _ ~ r _._ ~ney C«n~tractor ~ ~" ~ ~ -`i ~=fi`act • ' ~_ __ ~. NATIONAL INDEMNITY COMPANY Omaha, Nebraska GENERAL POWER OF ATTORNEY Know all men by these Presents, That the NATIONAL INDEMNITY COMPANY has made, constituted, and appointed, and by these presents does make, constitute, and appoint for the period ending January 1, 1973, T~. T, r~~ -.T ~i 'lar-i~,r 1.T; 7 i,~y,., -rw N1~-»~, ~ ,. R tr , i.T,e 7 a" ' !n vl (9 ~,-, -r,-~ }., ~ 7, y . r... ' . , y. ~- ^,-~ its true and lawful attorney for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, under- takings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ~,?r~~, ~,~., , nn This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of NATIONAL INDEMNITY COMPANY at a meeting duly called and held on the ISth day of October, 1968: "RESOLVED, that the President, or any Vice President of the Company, be, and that each of any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of NATIONAL INDEMNITY COMPANY, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile sea] shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." In Witness Whereof NATIONAL INDEMNITY COMPANY has caused its official seal to be hereunder affixed, and these presents to be signed by its President and attested by its Secretary this _ Attest ~.~..~., ,O. STATE OF NEBRASKA COUNTY OF DOUGLAS 1 NATIONAL INDEMNITY COMPANY ~N~EM.IV/TY By Pte. GOR P O R,y l , .~O ~ /~~vJJ H OMAHA, NEBR. ~ ~ ~ ' Q D 2; :z , Secretary • ~ President 1940 ss.: ' ~'' On this ~' ~ ~ '"" "'" -' ^ ~ ~ `'r''~before me personally came Jack D. Ringwalt to me known, who being by me duly sworn, did depose and say: that he is President of NATIONAL INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. 6~~a-r~-Cu: ~ / / `~ ate--~ T- Notary Public, Douglas County, Nebraska CERTIFICATE My Commission Expires 7-~-T_ STATE OF NEBRASKA ss.: COUNTY OF DOUGLAS 1, the undersigned, an Assistant Secretary of NATIONAL INDEMNITY COMPANY, a Pdebraska corporation, DO HEREBY CERTIFY that t}te foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Omaha, Nebraska. Dated the 3rd day of SPRtPmbPr , 19 7n . \Np E M N/TY ~ I- ;OMAHA, NEBR. D Z~. ~Y (6/70) 1 9 4 ~ , • ~=. {This affidavit shall be executed by the successful bidder in accordance with instructions in the Proposal Kequirements of this contract, but bidder may execute the affidavit on this page at the time of submitting his bid). rvC7N-COLLUSIC2~1 AEFID`~V2T To the City of Chula Vista, Department of Public Works, Division of Engineering: The undersigned, in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding and has not accepted any deposit from ar_y sub- contractor or materialman through any bid depository, the by-lbws, rules and regulations of which prohibit or prevent the Contractor from considering any bid from any sub- contractor or materialman, which is not processed through said bid depository, or which prevent any sub-contractor or materialman from bidding to any contractor who does not use the facilities or accept bids from or through such bid depository in connection with this contract. Business Address Place of Residence ~ ! r ,y ,~ Signature of bidder Subscribed and sworn to before me this 'C~ day of _~ ~ ~°~- , 19 ,?/ Notary Public in and for the County of --5r~,/6'~ -~.:~ State - `--~ of California. ~ « OFFICIAL SEf\L , Q . ~' ~ ; DUANE M. HUGHES d m ~° -o NOTARY PUPt ~GCALIFORfUiA ~~ ~' ~' SAN DIF O COUNTY ~ 4~~~ORfPP MyCom mission expires Ja n, 23,1974( ,r„= --~ 276 Guwa Ave., P. O. Box 1087, Chula Vista, Ca. 92012 ., , ~ ~ , /, ~ ~. ~.. Notary ?u c CC~iJ`1'~LAI '1 This Contract, madam and entered into this :;~ day of J~E'~/ __ ~,~.~~ , 19 U by and betk~een the City of Chula Vista, a charter city, State of California, hereir</afte1r/ cal/l/mod tha "Ojwner" and hereinafter caliec the "Contractor"; WITNGSSETH: That the Owner and the Contractor for the consideration, hereinafter named, agree as follo~~s : 1. The complete Contract includes all of the Contract Documents as if set forth in full herein, to wit: The Advertisement for Bids; the Proposal; the Accepted .Bid; the Affidavit to Accompany Proposal; the Faithful Perfornlance Bond; the Labor and Material Bond; the Plans and Specifications; Standard Specifications of the City of Chula Vista; this Contract and all addenda setting forth any modifications or interpretations of any of said Documents. 2. The Contractor :gill furnish all materials except as otherwise provided in the Specifications or on the Plans and will perform all the work for; "THE CONSTRUCTION OF DRAINAGE FACILITIES IN THE aICINITY OF PALOMAR STREET AND SECOND AVENUE IN THE CITY OF CHULA VISTA, CALIFORNIA" All of the above work is on City property, and under the directions of the Engineer or other official designated by the G°~ner to supervise said work, all as provided in and subject to the Contract Documents. 3. The Owner will pay the Contractor in current funds for the per- formance of the Contract on the basis of the accepted unit prices and the actual measured quantities of work done at such times as are stated in the Specifications, and will otherwise fulfill its obligations thereunder. 4. All time limits stated in the Contract Documents are of the essence of this Contract. _~ , ~~~~ CO'~?TZr~CT - Co~~itinuF:d IN PiITi7r,SS y:i-iEREO~', tie parties hereto have executed this Contract the day and year first above written. FOR THE CITY : F`OR THE CONTRAC`T'OR : r A ~ ,,~ AT^_'EST; •~' ~.--C-~-~-~-`-~~tC.r-x- ~~ ~. , BY__ CI`T'Y CL.ERri ` T hereby certify that I have examined this Contract and find it to be in accordance c~~ith the provisions of the State of California "~ ~ ~ \ ,-~ '~ ~ J ~ /~ ,; _,_ BsY-"~ __ CITY r~T`I'ORr,E ~' r TABLE O~ CONTENTS Sectior. Title 1 Proposal R`quirements and Conditions 2 Leal Relations 3 Prosecution and Progress 4 ~u,ntiti~:s, Measurement and Payment 5 Special Provisions Page i 4 6 10 13 ------~ -~~~5; ,~ ~7~ ~ ~ ~ PriOPO;~AL R~7UZ~ZEi•TE~?T:: ~??VTD CC~iJDITIO~yS 1-01. EX1~2~iII?A~~TON OF PI~IvS, SPLCZE'IC%~TIOI~iS, SPECIAL PRO~IISTOi~7S, AND SI?'E Gr' rOnl{: - The bidder is regt~irec to exa:ine carefully the site of and the propasal, p±ar,.s, sp cif:ication~, anti cantract farms for the work contemplated, and it ~~ill bL assumacl that the bidder has investi- gated and is satisfied as to the conditions to be encountered, as to the charac~c:r, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evider_co~ that the bidder has made such examination. 1-02. PROPOSAL FOi~:~; A7.1 proposals must be made upon forms furnished by the Department of Public 6~gcrks. 1-03. REJECa ION OF PRO'?OSaLS COIvTTAINIi`TG ALTEr~TIONS ER=~SUP.ES OR IRREGUTARI^iT~S: Proposals may be rejected if they s::ow any alterations of form, additions not cal_7_ed for, conditional or alternative bids, ir~- complete bids, erasures, ox irregularities of ary kirk. The right is reserveu to reject any ar~d all proposals. 1-G4. BIDDEN,` S GU~:Ft=~.I~T'1'Y: All bids shall be presented under sealed cover ana shall be accornpa- nied by cash, cashier's check, or bidder's bor_d, made payable to the City of Chula Vista, for an amount equal to at least ten percent (10;0) of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check, or bidder's bond is enclosed therewith, i-05. PUBLIC OPENIIUG OF P":OPOSALS : Proposals will be opened and read publicly at the time and place in- dicated in the Notice to Contractors. Bidders or t:~eir authorized representatives are invited to be present. -1- -------- ~_~~~-~~~rJ~~I~ 1-Ob. AWARD OF CONTRACT: , The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. The award, if made, will be made within thirty (30) days after the opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done. 1-07. EXECUTION OF CONTRACT: The contract shall be signed by the successful bidder, and returned, together with the contract bonds, within ten (10) days after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the exe- cution of the contract. It shall be the responsibility of the Successful Bidder to make an appointment within the above time limit to sign the contract in the City Engineer's office. and to discuss the construction operations with the Engineer, or his representative. Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days after the bidder has received notice that the contract has been awarded, shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. 1-08. RETURN OF BIDDER'S GUARANTIES: Within ten (10) days after the award of the contract, the City of Chula Vista will return the cash or checks accompanying the proposals which are not to be considered in making the award. All other pro- posal guaranties will be held until the contract has been finally executed, after which the cash or checks will be returned. Bid bonds will be returned upon request. 1-09. CONTRACT BONDS: The Contractor shall furnish two (2) good and sufficient bonds. One of the said bonds shall guarantee the faithful performance of the said contract in the amount of 100% of the total bid price, and the other of said bonds shall be furnished in the amount of 50/ of the total bid price. "An act to secure payment of the claims of persons employed by Con- tractors upon public works, and the claims of persons who furnish materials, supplies, teams, implements, or machinery used or con- sumed by such Contractors in the performance of such works, and prescribing the duties of certain public officers with respect thereto," approved May 10, 1919, as amended. -2- __ ^, Z Q U w J H E- Q Z O ~_ J Q U Individual AcKnowledgment , STATE OF CALIF NIA - l COUNTY F } SS. On before me, the undersigned, a Notary Public in and for said County an State, personally appeared ~ ~~~~~~ known to me to bet arson whose name subscribed to the within instrument and acKnowledged that executed the same. WITf~IE/SS my hand and official se,~l T-22/lOM~4-70 Notary Public in and for said Cou State ~ ~ - _ -. ,_ r O A'1"I'OPNLY-IN-1,/1C'.I' ACKNOWI,1?I)CMI?N'.L' OF' SUP,l:TY S J'/1'1'I~ OF Ca I i forn i s ~ SS COUNTY UI~ San Diego ) On this 3rd day Of ~P,~fpmhF?r 19~, before me, .~~_ unders i aned , a notary public in and for said County and State, personally appeared WI LLARD W. HAYNE known to me to be the person ~~:hose name is subscribed to the within instrument <~s thc: attorney-in-fact of the NATIONAL INDEMNITY rnMPAt\iY , the corporation reamed as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation thereto as Surety, and his own name as attorney-in-fact. ~'i2$rS~uZS.3 -tS~~v`L'~5~>.~25 '~:i~PS2FU~`:~Z`.a S252.S25Z~ s ;*„ 6Frir.lAL £EAL o:~~~T >>.g St):;AfJ 1A. TAVAGLIDNE G ~~ ~ . -',~ NOT4RY PUB! IC CAUf:IdNIA G~ C;~ 'rR~NCIP.:' eFFtCF It.l ~; ,,, G ~~'' J> ..r,N .^.iiv!J COUNT+ i ri Nip Comrni.~sion Exi~e~ hhar. ltd, 19?A ~ ~~~?S~~9i!y~52.1bc.5-.?Se_525~ ~252S2S3Sr.ti2S:?S?524h~:ZS SK s --:~ i ~. Notary Public in and for;%t e County of San Di eqo State of ~-~'alifornia Thy form of the bonti~ requir^d ire att~.ched ~~%itn the proposal. Whenever any surety or sureties on any such bonds, or on any bonds required by lay;~ for t7:u prGtPCtzOri of the laims of laborers and materialrnen, become insuff_i_ci ent, or the City Engineer 'nas cause to believe that 5'J.Cfl ,~La1~etV O:" Ul~ret~_F~ :~iave beCOi11~^-. 1nSUffi dent, a demand in ~oritirg may be rc!ade of t:-rc Contr«ctor for such further bond or bonds or adc itional cu:~ety, not exceeding t'nat originally required, as is consydeMed necessary, not considering the extent of the work remaining to be done. T=z~reafter, no payment shall ba made upon suc'n contract to the Contractor, or any assignee of the Contractor until suc~ further bond or bonds or additional surety has been furnished. 1-10. N01~T-COLLUSZO?v F::CVISIGi7: The Contractor to w~~om this contract is to be 4saarded shall file a sworn ilon-Collusion affidavit executed by, or on behalf of, the person, firm, association or corporation to ~rahom the contract is awarded. This affidavit s'nall be executed and sworn to by the successful bidder before such parsons as are authorized by the laws of the State of California to administer oaths, on the form included in these contract documents. The original of such s~.aorn statemznt small be filed with the City Cler'.: prior to the award of the contract. -3- .-~~s~ J~~ ~~~ SECTION 2 LEGAL RELATIONS 2-01. ALIEN LABOR: The Contra for shal~.~`forfeit as enalty to,.the City of Chula,{Vista, .,. ten dollars $10..0'0) for each aln knoW7igly emp ~ed in- fhe execution of ,~~e. contract, by him ~- ~Y~y any sub-con ~rtor under him, or anyrdf e work herein m,~n~t oned, for each-"ca ndar day or portions 1therecf uring which~'~uch a ien is permitted of+,_ required ~~ to lab in violat n of „~tfie Provisio s of,.t`'fie Labor Code"~nd in party~ular Sections +1850 to 1854 thereof inclusive. ,.. 2-02. HOURS OF LABOR: The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each laborer, workman, or mechanic, employed in the execution of the contract by him or by any sub-contractor under him, upon any of the work herementioned for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of the Provisions of the Labor Code and in particular, Sections 1810 to 1816 thereof inclusive. 2-03. LABOR DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color or .religion of such persons and every Contractor for public works violating this Section is subject to all penalties imposed for a violation of Chapter I, of Part VII, in accordance with the Provisions of Sections 1735 of the Labor Code. 2-04. PREVAILIi~TG WAGE : The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, that such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinafter stipulated for any work done under the attached contract by him, or by any sub-contractor under him, in violation of the Provisions of the Labor Code and in particular Section 1770 to 1781 thereof inclusive. The City Council of the City of Chula Vista has ascertained the general prevailing rate of wages applicable to the wor',~ to be done. Said wages are specified in the "Notice to Contractors," which is hereby made a part of these specifications. -4- ----> ,., ~-.05. DCr'~~STIC _~:A?'~a~;.LF;I~S: Only such urmarufacturcd articles, materials, and supplies as have been mined or prod~.~a-~d in the L'iZit~d ;,tares, aru Qtly such manu- factured articles, materials and supplies as hive been manufactured in the United State: substant~~, r ~11y all ~r~,:x~ articles, and supplies mined, produced or so ma Materials nufactured; as the ca s:? may be, in the IJn.~.ted Sta{,cis, shall be used in the performance of the contract in accordance wits. the Provisions of sections 4300 to X30;, of thc~ Government Code. The City of Chula V.i~ta does prefer supplies r produced in the State of California and shal g o:~n, manufactured or l partially manufactured, gro~•~n or produced in next prefer supplies th e State of California. Any person, visions of t firm or corp he Act shall or4tio^ ~•rho fails to comply ~„ith the Pro- Act applies for a period not be awarded any contract to which the of thre e years from date of violation. 2-06. TNStI12AI~TCE RE?L~IREA~E~3TS Contractor shall, at his owri expense, carry and maintain dur?.ng the course of the work of construction, Workmen's C^mpensation Insurance and Comprehensive Liaz~:ility Insurance, naming the City of Chula Vista as an additional insured, in the amount of at least one hundred thousand dollars ($100,000.00) for any occurrence resulting i.n the bodily injury or death of any one person; t.°~ree hundred t1^~ousand dollars 0300,000.00) for any occurrence resulting in bodily injury to, or death of, more than one person; Automobile Property Damage Liability in the amount of at least ten thousa*;,;a dollars ~' and Property Damage ~xiabilit~ T t (~i0,000.00); 1• O•-h:.r hen ALAI^,ncb~le, i,i tLe ~.mOt1T'it of fifty thousand dollars ($50,G00.00). Tre Coa~.rac~.or shall, within five (5) days after the awarding of t'ne contract, and before con~.:nencing the work of construction, deposit with the Finance Officer of the City, a certificate certifying that such in full force and effect from the time thenworkn~.s co~rLmera~diuntbl~ completed. 2-07• TAXES: All applicable State or Federal taxes shall in the amount paid for the various items of workonsThered as included shall be responsible for payment of such taxes to the pro~,Qra~.~ory.`_ mental authority. -5- C 2-08. ENIPLOYMENT.OF APPRENTICES: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1°68) and 1777.6 of the Labor Code concerning the employment of apprentices by the contractor or any sub-contractor under him. Section 1777.5, as amended, requires the contractor or sub-contractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate Neill also fix the ratio of apprentices to journeymen that will be used in the per- formance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment. in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the contractor provides evidence that he employs re- gistered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs re- gistered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The contractor and any sub-contractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director-of Industrial Relations, ex officio the Administrator of Apprenticeship, San Fran- cisco, California, or from the Division of Apprenticeship Standards and its branch offices. -SA- ~~~~ ~~ 7 7~ ~~~~ r 3-01. SECTTOI3 3 r ROSE CU`1~IQiv f~L,D F~OG.RESS aUDT,E~~"'.i.NG T:L~D <SSIGLvf.~iENT; -- --- 'T`he Contractor small give his personal attention to the fl~lfill:rent of the contract and shall keep the ~:ork under his control. Sub-contractors will not be recognized as such, ar_d all persons engaged in the work cf construction. will be cor:si.dered as employees of the Cont~~actor and tlcir work shall be subject tc tl:e provisions of tl~e contract and specifications. ~~rnere a portion of the work sublet by the Contractor is not being prosecuted in a manner satisfactory to the City Engineer, the sub- contractor shall be removed immediately on the order of the City Engineer and shall not again b~ employed on the work. The contract may be assigned only upon written. consent of the City Enireer. 3-02. PKOGrZESS OF TLiii ~10RK AidD TIME FOR CO.dPLETION: The Contractor shall begin work on or before the date specified in the "Notice of E~.ecution of Coztract", wl~:~.ch date s:~?a11 be not less than ten (10} days following e.~ecution of the contract by the City. The Contractor shal7_ pravide to the City Engineer, written notice of the specific Gate upan which he plans to coTMtmence work. Notice shall be given at least twenty-four (24) hours in advance. The Contractor shall prosecute the work to completion b`fore the expiration of NINETY DAYS (9d) consecutive calendar days from the date specified in the "Notice of Execution of Contract" by the City. 3-G3. CHARACTER OF P,ORK[~IEN: If any sub-contractor or person e:r~plc}yed by the Contractor fails or 'refuses to carry cut the directions of the Engineer, ar shall appear to the Engineer to be iz:competent ~ or to act ire a disorderly or im- proper manner, he shall be discharged immediately on the order of the Engineer, and s'ach parson shall not again ne employed an the c-:ark. _~_ . The Lrgirder shall have the authority to suspend the wor}~ s:~-:,lly, or in pa.t, nor suc~~ period as he may deem necessary, due to un- suitable weather, or to such other conditions as are considered un- favorable fo_~ the sul.table prosecution of the ~xrork, or nor such time: as he may deem necESSary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provis~.ons of the work. The Contractor shall iitunediately obey such orders o~ the Engineer and shall not resume the work until ordered in writing by the Engineer. 3-05. TIt~'iE OF COMPLETION ArID LIQUIDATED DP.NLAGES It is agreed by the parties to the contract that, in case all the work called for under the contract is not completed before or upon the expiration of the time limit, as set forth in these specifi- cations, damage will be sustained by the City of Chula Vista, and that it is and will be impracticable to determine the actual damage which the City will sustain in the event of and by reason of such delays; and it is t'nerefore agreed that the Contractor will pay to the City of Chula Vista the sum of fifty dollars ($50.00) per day for eac'n and every days delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as are herein provided, and in case the same ar_e not paid, agrees that the City of Chula Vista may deduct the amount thereof fro.-n any money due, or that may become due, the Contractor under the contract. It is further agreed that, in case the work called for ur_der the contract is not finished and completed in all parts and requirements within the time specifa.ed, the City Council shall have the right to extend the time f_or completion o.. not, as may seem best to sers.~P the interest of the City; and if it decides to extend the time limit for the completion of the contract, it shall further nave the right to charge to the Contractor, his heirs, assigns or sureties, and to deduct from the final payment for the work all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that the cost of final surveys and prepa- ration 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 dewy in the complet~.en of the work caused by Acts of God or of the Public Enemy, acts of the City, fire, floods, epidemics, quarantine restr:t.ctions, strikes, freight embargoes, and unusually severe weather or delays of sub- contractors due to such causes; provided that the Contractcr shall, -7 - __ -~~~~ C,~~~f -05. CO~~:TT,~IUED: wi th-±i: ten (10} days from the bvginr:ing of anyT such delay, notify the Engi~.~eer, i_n ~•ariting,. of the causes of delay, who shall ascertain the facts and the e:;tent of the delay, and his findinc~x.; of the facts thereon shaJ.l be final and conclusive,. 3-OG. SUSP~~?SION C?F COi~~'iZt';C"_': If, at any time, ir_ the opinion of the City Council, the Contractor has fai_ied to supply an adequate working force, or material of proper. quality, or has fail: d ir. any other respect to prosecute the ~•~ork with the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to provide means for a satis- factory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any s~~.ch case shall have t're power to suspend the operation of the contract. Upon receiving notice of such: suspension, the Contractor s'nall dis- continue said wor3c, or such parts cf it, as the City Council may designate. Upon such suspension, the Contractor's control. shall terminate, and thl~reupon the City Council, or its duly authorized representative may take possession of all, or any part of the Con- tractor's materials, tools, equipment, anti appliances upon the premises, and use the same for the purpose of completing sa_i_d contract, and hire such force and bulr or rer_t such additional materi.a_Is and supplies at t'ne Contractor's expe~:se, as may be necessary for the proper conduct of_ the work and for th-o co:~pletio~~ t~-r:~rto~_; or may employ ot?-~c~r parties to carry the contract to co~;pletion; employ the necessary wor;;nien, substitute other machinery or materi_~:ls, and purchase the ~:~a;:erials COntidCtP_G fOr, 1n ~~i.7C:.Ii iT'ic:~._~lEr c.S ''I?° L1tV COUrlcil and ? GG%'i~l prOlOC'r or the City Council may annul and cancr~~l. t~e+ contract anu re-let the work, or any part- thereat. any excess of cost arising therefrom over and above the contract price will be czar,ed against the Contractor and his sureties, who wil'_ be liable t?-:or~fero, in t<~e event of such suspension, all mon`y due the Contractor or retained undF~r the terms of this contract shall be forfeit:eu' to th~• City; but such forfeiture will not release the Con_ractor or :~zis sureties .from liability or failure to fulfill the contract. T'_~e Contractor and his sureties will be credited with the amount of mosey so forfeited to.~~ard any excess of cost over and above the contract o_ice, arisi.A~g from the suspension of the operations of the contracf~ any' the co~:~ple ::ion of the wor'.~c by the City, as a'oove provided, and the Contl:.ctor will bo so credited wzt'n any surplus remaining after all just clai_:~~= cr such completion have been paid. In the determination of t'ne question. t~~net'.~e-~ there has been any such non-compliance wit'n the contract as '~~^ ~arra~zt t~~e suspension or -8- J-~Jv. lallvh~!~Y 11'1.): anru~?ment thereof, .thy decision of the City Council shall be nindin~* on all parties to t:re contract. The right of z~vay for tine i~aork to be done wi 11 be provided by Lhe City. The Contractor shall make his owr_ arrangements, and pay all. expenses for additional area rewired by him outside the lim~_ts of r i nti:t o'` ~aay . -9- < ~ ~~~5, . ~ l ~~~ Si'.CT.C01 ti QU NTITIES, 1ti~AS;T~E?;IE~T t?ND P~~Yi~ENT q.-Ol. QU_'1NTITIES The estimate of the quantities of wort: to b,~ done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Chula t~istu dces not expressly or by implication agree that tl~ie actual_ amount of work will correspond trerewith, but reserves t'ne ri:~ht to increase or decrease the amount of any class or portion of the work or to emit portions of the wor'r. that may be deemed necessary or expedient. by the Engineer. 4-02. NIE.'1SUREMrI~1T Q1~' QiZ1NTTTIEJ ; Measurement of quantities shall conform to the provisions in Section 9-1.01 of the State Standard Specifications except that al]_ material_ paid for on a by weig'_nt basis shall be weighed on a pablic scale. The Contractor shall, at his own expense, furnish Public ~~7eigh- master' s certificates or certified daily sure„a:~-y tiaei g;~ sheets, and a duplicate caeigh slip or a load slip shall be furnished to each vehicle weighed and the slip shall be delivered to the Engineer at the point of deliverl of the material. 4-03. PA~.IMLNT: Payment shal_1 'oe rnad2 at the lump st.m or unit prices bid, s~.id pay- ment 'Doing lull compentiation for furni s'nipg all labor, r.~,aterials, tOC:~s, and ec7uipmer't and dOlnn all wOr~{ S}']~;~:ln Gn the= p~ ai1S Or St?_pt:-- lated in the soeci.ficaticr.s and spacial provisions for that part~~cl,.lar item of ~,vor',~. Quantities of materials wasted or disposed of in a n-!anrer not called for under the contract or placed outside the pay lines indicated on the plans or approve;'; by the Engineer, or remaining on hand after completion of the work, will r_ot be paid for. n-0~. E~~~~'~P~'~ ~~iD FORCE ACCOL~7~s ~vOP.K: extra c,.~or'.~ as 'r_ereinbefore defined, when ordered and accepted, shall be paid for under a written wor'~. order in accordance wit1~1 the terras ti'.E""e12~'i ~_'OV1d~d. Pay'i°_"lt foi eiitra ti~~ork ~~)l11 Yee made at the unit prig or lump sum previously agreed upon by the Contractor a~,d the Engineer;-or by force account. If t?-ir~ ~•~ork is done on force account, the Contractor shall rec:.ive the =~crual cost of all materials furnished by him as shown by his _10_ _~ ~ ~•~;~~,, _~77~~~ ~- paid vouch:~rs, plus i_~ per_cent. f'o~ all labor, equipment and teams that are necessary, he shall receit%~ tYle current prices in the lo- cality, w'_<_ictil shall have been previot:sly determined and agreed to in writing by the ~;r:gineer ur7u by the Contractor, plus 15 percent; provided, hoti~~ever, that the Ci_t~T r_e_rve~ t:,e right to furnish such materials required; as it deerr.s r:ecessary, and the Ccntra.ctor shall have no claim for r,r-ofit on tha cost of sucz materials. Z'he price paid for labor s'nall inc?t.da any compensation insurance paid by the Contractor. All extra ~~~ork and force account work shall be adjusted daily upon report sheets, prepared by the Engineer, furnished to the Contractor and signed by both parties, wh.i.ch da.i7y report shall thereafter be considered th true recor cf 4xtra work or force account work done. 4-05. CHANGE IN 4'~O? The Contractor shall prcc~ed with cl~a:,c;e in constructiGn from that included in t'ne contract upon receipt of a change order for same. Said change order shall be prepared in the offs;_ce of tide City Engineer and shall be signed by the City Engineer and the Contractor to indicate agreeir:ent. 4-06. PROGRESS PAYi~sEiyTS The City shall, once ir: each month, cause estin!ates in :~~riting to be made by the F'nC{1neC-r Of t:12 total. a;:ivtlTlt Cf ~.aork done and t^E? acceptable material_:. furn? sl~ec~ c-nu del; ve_~` a b~T t.'n_ Contractorr Cn. ground anu not use^ '-o t.-le t, ~ :~ f - - - -, v o ~. ~ i G suCii ~'~ ~;.1L:c. Cc , a7"!l; milt Vcll.u~' thereof. i.le City :hall roLarn 10 pe,r~~en~~ oz L,.,h est~ ? t--~ - of the ~,~or', done and 50 percent of t'ne va1u~ of .thc- .;?a`~erials so estirnated to have '~eerl furnished and cieliv`reca ar.c; unus`ci as afor~- said as par-t security for the fulfiil~<<~nt of the contract by the Contractor and shall monthly pay '-o t're Con~ractor, c~~hi1~ carrying On the WOrI., tale bala.nC:e not rctalneC, aS afOresa.~d, af'~er dEC1UCt1n therefrom all previous payments and ail sums to be kept or retained under file provisio?~:; of t':e contract. =~0 st;Ci~` eSti%iate Or pays: ent s'nall be required to be made, ,'.hen in t'rle judcment of t'rl' E::cir_eer, the work is not proceeding in accorcance ~~rith the provisionsJof the contract, or w'rlcn i n 'pis juc'gmsnt the total value or tho ~~ork dons since the last estimate amo~wnts to less than $300.00. 4-07. FI?i~:L PAYP%IEZ~`I': The Engineer shall, after the completion of the contract nalce a final. estimate of tl~e amount of work crone thereunder, an.~ tie ~Talue -11- ----_ _ 1 ~ ~ r _,.'~~ 4-07. CONTINUED: of such work, and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The fina l payment shall not be due and payable until the expiration of 35 days from date of acceptance of the work by the City Council. It is mutually agreed between the parties to the contract that no certificate given or payments made under tre contract, except the final certificate or final payment, shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the City, and no payment shall be construed to be in acceptance of any defective work or improper materials. And the Contractor further agrees that amount due under the contract, and the any work done in accordance with any a release the City, the City Council and claims or liability on account of work or any alteration thereof. the payment of the final adjustment and payment for lterations of the same, shall the Engineer from any and all performed under the contract -12- ~ ~ ~Fr'~T'','f1T~ S SPECIAL PF~~:VISZOIyS 5-01. STANDARD SPECIFICATI07S AND STANt°z.A~cD DkA[~TINGS: The Standard Specifications and Standard Drawings of the City of Chula Vista, adapted by Resolution 4712 on March 5, 1868, with the latest revisions, are made a part of these specifi- cations. All provisions applicable to the crc~rk to be performed per these plans and special provisions of this project shall apply. Reference to the Standard Specifications have been made in the Special Provisions. These references apply directly to the work the contractor .is to perform. 5-02. WORK TO BE D0~7E The work to be done is to construct box culverts, a lined channel, drainage culverts and appurtenant structures shcwn on Phase 1 and 2 on Drawings 70-11D, 70-13D, 70-I4D and 70-15D. The State Star..dard Drawings that have been made a part of these specificatiors, by reference, are attached to the back of these specifications. 5-03 . PORTLAP~D CEI~EI~? i CONCRETE : A11 P. C, C. used for the variotas items of work shall be Class A (6 sac~.s) in accordance with Section 9 of the Standard Specifications. 5-04. HFA}JYr7ALLS , ~~? 1PrGi~'ALLS AND ENDt4ALLS : `T`he Type "D" headwall at Station 0-¢-00 on the plans shall be constructed per State Standard Drawing Aiumber D85-1. All excavation and backf1.11 requir~,d is considered as part of the bid price paid fc.~r this item. Also, that grading required . upatream of the ~~cadwJall to cause the water to flow toward the box culvert is included. Both the ~.~arpLd sra.ng end~•Jall at Sts.i:.~.on 0+32 ~.~zd ~:he ~Jarped raying headwall br~~iz~znirg at Station ?+00 on thc~ plan; shall be constructed per State St~cndard Dra~~Jirag v~.lrib.~r SD86-A. The cut off walls w~.ll not be required. The s;zfz~;e of tl~e wings shall snatch the channel section at Statians 1+04 and 3+00. E11J exca~r4tion a;'sd b~~c'ifill re~~uired iw conwiC~~'red as part of the bid price p~;ry.c3 for tA~e;Ye .items. The warped wing endwall begirn~.ng at foot transition sli~all be constructed I~ra~~~ing ~1c:rab~,- S?~3~~-A. ~~he ;~hu:Fs~~ of c~~nstr_uctet~ as sho~.::s can thy: p'.azzs. t~ at St3t? C?n <r'-~~.3~'a..(3, _,~3 Static:: 3+08.56 with 40 ~1:~ r Sete St:~ ~ie<ard the win~j s sha 11 he cut of~ 4"a.~ll a.s requ~ red ---- .. ~. ~~ - 5-04 . fiFAD~tiTALI,S , WINGWALLS • AID L1VD~~ALLS ( CULT.) : ' All excavat~.en, b~.c:tfill and relocation of chain link fencing as required is considered as part of the bid price paid for this item. Due to the existing ground line at the end of the transition, ... ~ >,, i 1 1 };: es » .-. C" ~ c c --. ?"`, , t C`, }~ ~ ~"''_' t ~. ~ ~ . G' ~~:. r t- h ;~ n n ;:. T L' {~ ~ .~ r {~ ?" t) <^ +_ r. rl~, endwall. to prevent ponding of water. PThe channel mall rye graded as required to drain water flowing from the triple 3.5' x 7' box culvert. 5-05. BQX CULVERTS: The 4' x 8' double box culvert under Palomar St, shall be con- structed per State Standard Drawing D81. The strength classi- fication shall be A. The following will be considered as part of the lump sum price paid far this item: removal and salvage of existing 50" x 31" C.M~.P.A. culverts, removal of existing headwalls, all necessary excavation and backfill and all necessary pavement removal and replacement (3°'A.C. on 5" A.3.). The ' salvaged pipe shall be delivered to the Public Works Yard at • 707 "F" Street. All excess debris shall become the property of the contractor. The triple 3.5' x 7` box culvert under Second Avenue shall be constructed as shown on the plans. The following will be considered as part of the lump sum price paid for this item: the cutting and plugging of C.M.P. culverts as shown on plans,.the removal of existing headwalls on both sides of Second Avenue, all necessary excavation and backfill, and all necessary pavement removal and replacement (3"A.C. on 5"A.B.). The contractor should note the proximity of the sewer in Second Avenue to the bottom of the box culvert. Any damage to the existing sewer during construction shall be repaired at the contractor's expense, 5-06. P.C.C. LINED CHANNELS The lined channel shall be constructed per the typical section shown on the plans. The following will be considered as part of the unit price paid for this item: all necessary excavation and backfill, installation of filter material, weep holes, and channel lining, The channel mass be constructed with 4" Portland cement concrete or 3" gunite, If gunite is used, it shall be in accordance with Section S3 of the State Standard specifications. -lc}- ---~'~~ ~ ~ ~~~ % '~~ 5-07. C~~IN LIt4K F:~.L~TCE: The chain link fence shall be constructed in accordance with St~.*~c3wrd I'.°~~~inc? 501. 5-08. MODIFICATION TQ EXISTING TYPE "F" CLEANOUT: A concrete plug or some other approved method shall be used to prevent water from flawing out of the existing opening in the Type °'F" cle~~nout shown on the plans. Approximate s:;.ze of opening is 6" x 3 1/2". 5-09. 42" PIPE: Fipe and the installation thereof shall be in accordance with Section 13 of the Standard Specifications and 5tandar.d Drawing No. 214. Reinforced concrete pipe shall be of the class and "D" load shown upon the plans. Corrugated metal pipe may be substituted for R.C.P. It shall be asphalt dipped with a fully paved interior, 16 gage, and with. 1/2"x 22/3" corrugations. Elbow shall be fabricated as shown on plans. The salvage and delivery of the existing 27" x 43" C.M. P,. A. and C.M.P. clean- out to the Public Works Yard, 707 "F°' Street, is considered as included in the price paid for this item. 5-10. NEW INLET TRANSITION: The new inlet transition for the 42" pipe at ~:lm Avenue and Prospect Street sha~.l be constructed as shown on the plans. The following will be considered as part of the lump sum price paid for this item: removal of existing structure as shown on plans, all necessary excavation and backfill and fence relocation. 5-11. PRESERVATICI~7 OF PROPERTY: The contractor shall preserve property in accordance with Section 5-10 of the Standard Specifications. I..ciarin5 and plants which are disturbed shall be replaced. Thy cost of this work is considered as included in the co~Ytract price paid for the various items of work. / ~._~` ( { -15- ~ ' ~~ rU 3 i { 7 ' ~ ~~ i r, 4 '. -' e .. {~ 4 f f ~~_ S k i t _ __ _.___ _.-.~_ _.__ ____ r ,(~ /" c r ,. (. r; r~' F / ____ __ ~ ~ ~ lO` /P` „_ t i ~- .i n' •.a ~ ~ r ~ a ~ e. . a .. P '. a _ e ... ,. a _ .. ii ~ n r. ~~ ~ + > . rd v ~, ~ 2 f r~ r' ~r ~ ' r l ~ ~ C. ~ 1, l/ ,J ll ... _ ~ .J 1 J 0 ~! J 1 a h 4 .! ~ ~ ~r ( - N ~H R H ) 4J ~ ~ ~ r r r r~~ r r r ~ ~ ~ . / N r r " x / ~> > r r ~ ~ ~ , r~ e v rr ~ r d ~ r , r ~ c~ r r ~~ ~ n . ., ~u r r r , u ~ r rr r~ r ,o ~ _ _ s ~ _ o s r. r c r . n_r. r r __--) - . /t.. .'/.' `/i, 1c 1, . 1 - '/J.' r'rGJI~ J...~J..f~l'1.~, '~:I ~ r ' 11. r ~.'.'. 1 .,' ...~ J ~ 1/ J(/ i ,, . . IJ'..1'.J O+~ r~, i_.1 ~ ~Jl f , J rl - I ~ ~ :. ~ _ ~ or- ~ oor r a.,c aa, - .. r. m:r uw ~ ..~ '.f a ~ ~ r r ~ ~ a v e Kira ~ .,:.y -;c . . u,:~ _ ,fr Jan +yn rr: ~ .r o -. - - _'~_. ,l+e r,a _ ..o rr - r r ,nero -o ' vo ercn .Gv ~ ~i ___ ~ ~.-. _ __. ~._.____ _. __.... r......:. i~,...~ .. .. .. '1 i. -.~___. 1__~_.--___-_.__._._. .-: ~[ Ntrvn r. H~ iH~.. ... { /f ~ / _ i r.. ; ~~ Nl, r ~. ~~. "ii ~'r 1. _ ++ Nr ~ t F;r t~ ;t rrn rr rr ~rh,~r s~r,wn,nmb,e,.r-ane,r; ~,r•r a eassory c/~.fngr<,.. ~~ ~ nunl rr a1 ::pu~'ars rrn~1 :',;,,,.!- .mss /;:r cu/vrr/s o/ prodr, n. /rnd c"hors fL/l lrnp/n 1 - ~//b ~ only, grorroe uor / c a/ spocars 't ~'/O! pnJ oJ;usl q~unl;i~es " " c D~~rs p ~" f ~ i r -ers b°GJrs . ... 7 Sv c, r /. / ~. J .-;. r; f ` . f r' ~ t ~ `- r __. r _- ~ ~ : ~ F Y~ i .~ .s ~ ~ ~ I ~ ~J. ,cers ' ~ J S ', J .V ( I ~~/B I ~ r ~ ~ M ; r 2 .T ' 'J X1,7+ ' i Irr ~~~s ~ J z~ ~ -= o<r ~~„sr n` j ~ ~ , n nr i I ~ ~ ~ i h - - /" c Gora -- N~, ~ bi~bars-- _ r, ~ R ~ / / i ~ ,: ~l; rrrv wn, s Ln„ar ,4 j TYPICAL SECTION i (Snowmq Tern/r.,a. enrrn! !ar mrenur woes 6+ond oved ~ HU,^>INF55 AND l(+A t~51~;'i~1,1TION l,t,E~~C~ J i.i'dNIM1~~N1 OI Nl~.f~l i~. 1.'.~Pr:y oiwsiom e( r~~e~~rr:.tis DOU9LE BOX CULVERTS 10~+! l ~ ~" ~~ ~ ~~ ~'`~~ ,< ~<< __ _ z _, ,~ ~ , ~ ~} i ~~ ~ - ~~1 ~ i a c ~ ~ ~ ... ,~ ,. - - ; ~' ~, , ,. ~f:~__~ l ~~o _ ~ ~ p~ ` ,~J^Z W~ . j o , I ;~ ,a _ i;•j } ~ ~~~ J 4~ .~ ~ ,, ~ ~' " ~ ~ ~ ~ i. '~ I =C ~ a ~ ~ ~ y _ O ~ ` --- o I~~rcc; pah:~,. ~. a ~ r!_ c ~ '' ~. ~ c C ,., L zc W i ' ~~ J -; v ~E`" x ~~=° Q i ~ m `ter J r,;; d z° ~ m r U/~ t~ ~."~/e 4"b~ bc, S J Ii a .~/q( / e r { Y t s 5 // l n+d rs /n L-v lwo steps "a"Gars corn/'d u na J5 e rI bJ.r, ir/m Jci Jr sJrne spnciny u, s nr rN n.ox ~ I 9:~" / / o _ ~ ~i ~ . i _ _ , _ d d ', ~ / ~ ~ ~~ ~ ~ ~ 'e"Dort -. -~ ~ _ ~ -~ - "e"bars 1 ( i ~ 2 "b, I I ~ F `bars - o D o +Y .hocc r s . e n J ` ~~ so re IF ~ - ~ . I, F r J D s J d" r / a / u / , s / /o /u/u=e _ _ ~ I 1 5 • ~__ _ _ ' ~,r ~" 1 _ - _ _ p rrs an T ~ s /, r Spr, s 7%h •~i. ur /2~ ~ I l 1 .. x l ii / Fx/rn '4(yT/N ex/end ~ 1 11 7 ~ _ I t ' Ayd'J s I l p ce-s [J /B max 7~in/J odjJinmq Do ~` t :~ ~ I 1 t t t ~ h: lem r ~ I h t i ( m sour z'(Aro e' JJ/N ' I _ ' ~ - ~ - 1 I- f( n I ~',9r 1 1 ~, ~ t nrox i ~ ~ i % s. f - / r s r~r 6 -e some site d s r -s 6 , ~ ~ I ~ i ~ ~ I _ _~._~I - i + f0 l-D . q a 1 0o sac/ion. Far Er!rnd cu! ,r// - `p r 7 /nr /' use sa, site and ono ~ . _~ _ /'O`~. ~ 4rh~urs hmJr 2- 4 r'TMt ~ ! FND t t_770N ~ - /m// sva.my m u"oars inbax ter/ion E O [ LEVAT/UN SIP:I%'. F C+i~X ~- _,~. L ON ~/TUQ/iVAL SFT'TION - _ - - MU' 17P! E BOXES /Shaw,r y rarrdar ~sman/ In rr s J: lxn ~,, -. __ r, _-.~,--.-_~ In {~/sl /w'n 5r~,n5 "C "bJrS Cn d Jr'T'-• ~..: `~ i /ra.m Gox of some spocrnq ~_ L~ _ w~.r ~ / , t re `bars n/B max 9'm rl .,foP. I.l: ~ I i i /=n m/ e' ~ ~~ i ~ "i- r ~M .,~ C "/ r a s ~ i f I it - t- f I e"bJrS q J• t I 1 I r I~../ ~._ t _~ ~ ~`~' I~+ j ( t ~-~ ~~~ ( lend d :1" ': ~ I .p san C / d l L urs ° :~<<~~ a : cm o /o n nq box -z~ l - E. rend 'ul-o// hUCk ~ ,/rp5 t LONGITUDINAL ,SEC~;_ON__ (Snowrnq rem/arcemenr in inside !mc) •, •.: 4 Jrs .~~SF y/ ~D/1 eo/!'e / C.1/! Y(P E Na//~ yl l1 ~ /- r ~// 1 J +/Gps N J ! ^ r /'T N l7 wa/( k NrP 4'7 I 5 ~ ~ 51 Pa iC q 1. l.' / / 9 B / 1 B j tJor/a 5~5 ( 67'7 ~7 }71 ~~~.~ ~~--' i ~ ~ ,..FSp rd wa/ls/0 %v 1'/o 6'SPJns Oa sennol/ ' I~J_~3 ~d I3 ~3~ ~, ~ ~ I ~ JT pacers /cr 77J /7'Spons. ~__--._1 L .: - ,. 1 i' %~wu/~ (Jp ~ ~ ~ __ J__ 'S A/nnq fop ~' I I a/wo//.--- ~' ~ -1- Y 4pjYB "1 bo'A h+ces ti. 'rut c+/rnundr~q •3Je bu/nu/ ~ , ~ ~ q ~> bo%h oys ~ -mil e loan a o are lhon Iha - P ~ t ~ ~ E/ / ch es.s a/ ha -a//. ~ rc -rs ,~ /e ~ r '. -~ q ~' i `i.~l '. ~ st -_~~ 1C l 11R /T ih'l//'t SFCT~ON ; - - 1 - ~ ( .. mY 1~. c,.o I b ouisada lace/ ~~ ~_~' . -- - - i -- - - . - - - TYFF c ,Tf /.a D HF Pi rACL -`~~- _j 2 p ~FCi70N B-B EL VAT/CN_ E /end al/ longr rud,nal b?rs ;n box wo'ls 7"J~~~~ •, - ~~ (5H in/o headwalls. ,lonnvm --- 3" I ~t~ __ ~. ~ ~~ ~' f r - --~-~._: ._... - s ~__"_ Hounding SECT/ON G=C T V PL' nD n STRA/G,~1T _N_FADl/~ LL__ De/ui/s similar /v.-~mu//rp/e span boxes. "m"Dort :F"(J s ^!-r'lN F',r sl ~1Y /2 ~1 In%v/O// /wn ~ NJ//. SlepS r 1 ;.'1 ~ _ t 1 I / ~ i l- r._ 1 1 / j ~~ { L - it 1. ,- - _. --+ k bars i_ 1'I - w m"burs z~'/ !OlpITUDINAL SE/'7/~N (5/.o r•y rrin/ar-.r e (rn pals de ,JrT rrPF "£" s/e~~EO rr. ~oisrau _ STATE Of CALM iIi NIA AUSINC~S AND TRANSP~?gl,tl iCN AGENCY DE qAq TIAENi Clr PUL~1-I (: WI)l/K5 DI'JI SIGN OF 11I~~II NAYS CULVERT HEl1J'J'J~' LS _ TYPES Ir611 l~N~ "E" rC E'[i-i v ~~ ~s j~ ~ • ! _ ,, .. ~ . ,. o t ~ I ` ~ _ t. i ~. ~ )~ ~~ 1 ~, `} ~ ~ 0 ~~ ~li ~_~ ~\ mac. a \ G a ~. ~, ° O 4 " ~~ q ~ 2 ~ Q h ~O ~ _ry V I ~ _ ~" _ s 4~ i 7 ~- U 8 ~~ I ' ---- '--- ~- ~~_ i_J _.LL' ~.7•_ __ _'7 i V.y e I 8 _--__._- F~ o _- _ _ __V 1 _-____ hl-'- - Ci~___ 4 I ~ ~c M __ 1~__ .7;. r -J' J J r ~1 L '"'~ CU ~ .~ Q U G U O w w ~ `~' Q `_- ~ ~_, ~~ 9 ~ ti \ ___ _ - V ~ ~ 4 '-~- ~ ~ i G _. _____ _- c ~ _.i if t e F? I I 4: V , __ ~$ c 0 1 ~~ ~ ~~ ~ x "' Q ~ I ~ ~ ~j / _ / _f '_~" _. ? ,A P, ~ h ;i o :~'-'.i J S .~ Z ~ ~ r '~~ O ._;'~ // ~ I ~I }~ ly w ~ li ~ I ~1 ~ I ~'~~ i r ~ ,L'_+~1I I~ ..I `'I p i. I C.~~ ~'I ~^ -- ~ ~, F~ I~~ ~ ~~} TI ~ i' ` i ~ ~. 1 _~__. .~_.._____. ~._ ~~_~ 4,. `1 o G _~_ _- _ L _ l„ C ~ V ~ ~ ! ~~ ~~ ,\ ~, ~ ~ \ I ., y til 2 ~. I `'i r.. __-_- ._. ____-__ Q 1 ~. ~ i j ~ ______._.. ~.. _.,.o..... , ..~,..,... ~~...~-.__ _,....... w . w .~ ~ -~ ` ..~ ! w±l h e" (~ I z ~ `~, ~ --_- _ ~--_-t ~~ C p '~ G 1\ ' A a ~ '~ ~ = $~ a ~ ~° ti 'qy-~ s i..:.F. ry ---i 'k ~ 4 --'~< --`;~- `tea ' i_-+- °~/ oho /° rar_ -_ c n 1 W ~~h ti I O~ ~~~~ I T ' F ~~ ~; ,m ~ u 4~ c ~~ %~'~ i v I 1 ~ r / u ~,,' `- nil ~ E c tie ry H ~ .~ `~ ~.I ~ _ I b . 'vLl_ ~ I'~ ~ Z ; _: a ~ v a ~ _ y: s F 'v ~ 1 .. r - ?~ ~ 2 , 7 ,j ~ n ~ i ~ ~, a '1 6 •7. h L. `~! ~ O ~ i o ti i r i~ .~ ~_ - _ ~ z i IC c~ ~ 21 ~ i ~ ~ ~ A i r i