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or repealed.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