Loading...
HomeMy WebLinkAboutReso 1968-4797 Form No~ 312 Revco 867 RESOLUTION N0~ 4797 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS AND AWARDING CONTRACT FOR CONSTRUCTION OF DRAINAGE FACILITIES IN HILLTOP DRIVE FROM "J" STREET TO TELEGRAPH CANYON ROAD, APPROPRIATING FUNDS FOR SAID PROJECT, AND AUTHORIZING THE MAYOR TO EXECUTE SAID CONTRACT The City Council of-the City of Chula Vista does hereby resolve as follows: WHEREAS, the following 5 bids were received and opened at 11:00 a.m. on the 11th day of June , 19 68, in the Office of the Director of Public Works of the City of Chula Vista for_construction of drainage facilities in Hilltop Drive . M. Arrieta $29,074.80 Vispa Construction 29,896.00 Ham Brothers 31,074.20 Donald F. Dresselhaus 34,272.40 Griffith Company 37,159.75 and WHEREAS, it has been recommended that said contract be awarded to the lowest responsible bidder M Arri to _ 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 5 bids, and does hereby award the contract for said drainage facilities to M. Arrieta to be completed in accordance with the specifications as approved by the Director of Public Works of the City of Chula Vi.sta- BE IT FURTHER RESOLVED that the sum of $29,074.80 be, and the same is hereby appropriated from the unappropriated surplus of the Reserve for Capital Improvements of the General Fund for the purpose set forth hereinabove. 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 Lane F. Co e, Director Public Works Approved as to form by George D. indberg, Ci y Attorn -1- r ~ ` ADO' TFP A"'D pP?R(~VED by the CITI' COL~'CIL of the CITv f`F Ci'_i"L~~ t! ~; I'h CALTFOF.<IA, this 18th da.v of June F 1968 !-}~ the roll .~in~ .,,~~;=~„ to-~,ai t : AY=.~: Councilmen Sylvester, Hamilton, McCorquodale, McAllister, Scott 'i'AYF~: Councilmen None At-`':;I': Councilmen None f, / ~- ~ , _ _ ~j ~ i~iayor of the City oi= C'_: is ':~;~_;ta, i ' . ,~ r -~ City Clerh ~~TAT~, C1? CALIFORPdIA ) CC~Ji;~" ~F SA' DIr'G(1 ) ss. CITY OF CHULA t7ISTA ) I, TT:?Ii'~I"? °. CA?°".PBF'.LL, City Clerk of t?:e City of Chula -lzsta„ Cal; ~ ~ .~i.-~, PC '.-?FF~.~E~~,' CFRTrFY that the above and foregoing is a full, tr_~ue and corn"r~_ c;~r and that the same has r_o~ t;e~_~ a-; s.-~dcd or r~n~aled. t~,T~r: -- Cite C1er=. ~__._~__~_ -_.~ ~'~ 1~ ~~~ t• S N1 SPECIFiCA`I'70IdS FUR THE CONSTRUCTION OF DR<'1I~TAGr; FACILITIES IN HILLTOP D~-tlVr, FRO,'~i "J" STREE'T' •i0 TELEGP.APFi CANYON ROAD 1'N TH? CI~`Y OF C:iiJL~A VI S'1'~ , C_ALIFGR NIA /'-~7~7 CITY OF CHULA VISTA S`L'ATE OF CALIFORNIA 1~OTICE TO COD1T~".ACTORS SEALED PROPOSALS will be received at the office of the City Engineer, City of Chula Vista, until /f,~GD A.M. on -~ ~~~ at which time they will be publicly opened and read f performing work as follows: The construction.. of drainage facilities in Hilltop Drive from "J" Street to Telegraph Canyon Road in the City of Chula Vista, County of San Diego. No bid ~~ill be received unless it is made on a Proposal Form furnished by the City Engineer. Each bid must be accompanied b_y cash, certified check, cashier's check, or bidder's bond, made payable to the City of Chula Vista, for an amount equal to at least ten percent (10%) of the amount bid, such Guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance aaith the. Provisions of Sections 1770 and 1781 of the Labor Code, the City Council has .ascertained the general prevailing rate of wages applicable to the ~ti~or;c to be done as follows: CLASSIFICATION PER HOUR PER DIEM TRUCK DRIVERS (Health and Welfare - 20 cents) 5/1/68 Dump Truck Drivers - Water Level Less than 8 yards ...................... 4.84 38.72 8 yards, but less t'nan 12. yards ........ 4.89 39.12 Foreman shall be paid 30~ per hour additional over the highest classification sulervised. LABORERS {Health and Welfare - 25 cents) 5/1/68 Laborer, General or Construction ........<.,, 4.225 33.80 Operators and Tenders of Pneumatic and Electrical Tools, Vibrating Machines and similar me- chanical tools not separately classified herein ................................. 4.435 35.48 Fine Grader on Highways, Streets and airport Paving (sewer and drainage lines wh~:n employed ...........................»... 4.325 34.60 CI:ASSIFICATION _ __ LA$CRD']:~~ {Continued) -~ ` - --- - Concrete Curer - Impervious P~Iembrane ........ Asphalt Raker, Ironer, Spreader ............. Concrete Sa~N Man (I~,hcluding Tractor Type).... Flagman ..................................... Laying of all non-metallic pipe including sewer pipe, drain pa_pe, and underground file . Cribber cr Shorer ........................... Making and Cai.zlking of all rion--metallic pipe joints, etc . ........................... PI^'R I-%OiTT-'. I'k;R DIEM 4.415 4.435 4.435 4.225 35.32 35.48 35.48 33.80 4.53 5 4.585 4.415 Foreman s'nall be paid 30~ per hour additonal over the highest classification supervised. CEIfENr_r' r-I:'~SONS {Health and Welfare - 24 cents) 5/1/68 Cement Mascn ....................... ......... 5.20 36.28 36.68 35.3?. a1.60 Foreman shall b;: paid 37 1/2¢ per hour additonal. over the highest classification supervised. IRON T^TORI~~~RS _(Heulth and Welfare - 28 cents) g/16/67 Reinforcing Iron ti^Torkers .................... 5.83 46.64 Foreman shall be paid 454 per hour additicnal over t'ne highest classification supervised. OI~ER.ATING ~a~~GTi~:EER:; {I3eulth and ~^~elfare - 30 cents) 6/1./68 Air Compressor pump or Generator Operator ... 4.68 37.44 Tractor Operator - Dragtype Shovel, Bul.ldozer_, Tamper, Scraper and Push Tractor ....... 5.46 43.68 Grade -A 1_1 Operator .......................... 5.56 44.^8 Skiploader - Wheeltype--Ford, F~~rgu:;on, ,peep or similar type 3/4 yard or less (without ciragtype attachments) .................. 5.46 43.68 Grade Checker ............................... 5.46 43.58 Trencha.ng Machine Operator (Over 6 foot depth capacity, Manufacturer's rating)....,... 5.56 44.48 Trenching Machine Oiler ..................... 4.9?_ 39.36 Screed Operator ............................. 5.27 42.16 Asphalt or concrete spreading, r,~achine tamping, or finishing machine operator, roller_ (~11 types and sizes) ....................... 5.46 43.68 Foreman sha11 be paid 35~ per hour additional over the hig~test classification supervised. -, ~ -, .-~ CLASSIFT,CATT.ON PER HODUF", I'F,R DIEM LABORERS (Conti;.iued) ~~- - .__._ Concrete Curer - Impervious rlembrane ........ 4.415 35.32 Asphalt Raker, Ironer, Spreader ............. 4.435 35.48 Concrete Saw Man (~;xcluding Tractor Typo).... 4.435 35.48 Flagman ..................................... 4.225 33.80 Laying of all non--metallic pipe including sewer p3.pe, drain pi.po, and underground the 4.535 36.28 Cribber or Shores ........................... 4.585 36.68 Making and Cat.zlking of alI non-metallic pipe joints, etc . ........................... 4.415 35.32 Foreman shall be paid 3G~ per hour additonal over the highest classification supervised. CEMENT bL~~SONS (Health and Welfare - 24 cents) 5/1/68 Cement Mason ................................ 5.24 41.60 Foreman shall be paid 37 1/2~ per hour additonal. over the highest classification supervised. IRON ti^TO:RIC!,RS (Health and Welfare - 28 cents) g/16/67 Reinforcing Iron Workers .................... 5.83 46.64 Foreman shall be paid 45~ per hour additional over t'ne highest classiLicatioiz supervised. OPERATING ETyGITdEERS (health and ~•lelfare - 30 Cen-ts) 6/1./68 Air Compressor Pump or Generator Operator ... 4.68 37,44 Tractor Operator - Dragty;~e Shovel, Bul.ldozer_ , Tamper, Scraper and Push Tractor ...<... 5.46 43.68 Grade-All Operator .......................... 5.56 44.^8 Skiploader - Wheeltype---Ford, Ferguson, Jeep or similar type 3/4 _yard or less (without dragtype attachments) .................. 5.46 43,68 Grade Checker ............................... 5.46 43.68 Trenching Machine Operator (Over 6 foot depth capacity, Manufacturer's rating)..,..... 5.56 4.4.48 Trenching Machine Oiler ..................... 4.92 39.36 Screed Operator ............................. 5.27 42.16 Asphalt or concrete spreading, machine tamping, or finishing machine operator, roller (all types and sizes) ....................... 5.46 43.68 Foreman shall be paid 35~ per hour additional over the highest classification supervised. --~ -~~~9~~ No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of C~iapter 9, Division 3, of the Business and Professions Code. Plans, forms of proposals, bonds, contract, special previsions and specifications may be e;;.aminnd a.t 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 3.00 If payment is to be made by check, it should be made payable to the City of Chula Vista. NO REFUND WILL BE P~L~DE. The special attention of prospective bidders is called to S.~ctior_ 2, Proposal, Requirements, and Conditions forinstructions regarding bidding. The City Council res`rves the right to reject any or all bids and to waive any irregularity or informs-~lity i_n any bid to the extent permitted by law. CITY O£ CFiULA VTS Lane F. Cole Direr..tor of Public Works DATED: MAY ~ ~n~avv--- _ ~) ~~' ~~~7 PROaC?SAT. To the Honorable Mayor and City Council City of Chula Vista The undersigned declares that he has carefully examined the plans and specifications '°FOn THE COIQSTRUCTION OF DRAINP.CiE FACILITIES IN HILLTOP DRIVE FROPJI "J" STREET TO TELEGRAPH Cr'1NYON ROAD" and that he has examined the location of the proposed work and read the accom- panying instructions to bidders, and hereby proposes to furnish all materials, and do all t'ne work required to complete tY?.e said work in accordance with said plans, specifications, and special provisions, for the unit price, or lump sum set forth in the following schedule; APPFLOXIMaTE ITEMS ~^TITH UNIT PRICE PRICE IN ITEM QUAN~'ITIES WRTZ'TEN IN LL'ORDS FIGURES TOTAL 1 2 each 7' - "K" inlet (Chula Vista Standard Drawing N j . 204) ~. (each) 2 1 each [5' - "K" inlet (Chula Vy-lJ~a Standard Drawing No. 204) ~, r (eaC~l) 3 1 each 15' - A-2 inlet (Chula Vista Standard Drawing No, 202) ~ ~., -~ ~~ __ (each) / ~~C' ~_~ (each) -, (each) (each) c`, $ ~~ ~~-~ GG `S~CJ _~ / ~ C~ ~" l ~-- J ~~'`~/ Proposa 1 (continit~d j APPRO~Ii~1~3`i'E ITr,i•~?S 6VITr3 ZJi]"1"T PhICE PRIG IPd ITENi QUANTITIES ;~.JRTTTEN II7 LVOR~DS FIGURES mp~~~,Z, 4 1 each 10' _L. A. -~47 inlet ~- , --~ ' C ~% ~, c1 (eac'n) (each) 5 1 each Headwall (Chula Vista Standard Drawing No. 210) {each) (each) 6 1 each 'Tyne "A" Clean Out (Chula Vita Standard Drawing; No. 207 as modifie~a) ,~- a {teach) (each ) 7 33 L.F, 18" RCP, Class III - 1350D ( ex lineal foot) (L.F.) - , 8 14 L.F. 21" P,CP, Class III - 1350D cam, -C~G1/af Ir~~r' ti" ~•~ ~...-.-' L ( er_ ).ineal foot] (L.F.) 9 43 L.F'. 27" RCP, Class III - ~3 50D ~~ _ r~ U (per lineal loot) (L.F.) ~) ~ Pa:oposal (continued) APPRO~IP~L~T% IZ'r,Zvi~3 ti^7ITH Ui?IT PRICE ~ Yi2ICE IN ~ ~ ,__ ITEP+I ,~2[JANTITIE'S WiZIT'lEN IN 4°~C.~DS ~ - FIGURES i'O'I'AT, 10 908 L.F. 30" RCP, Class III - 1350D ,rte vc- ~r~ ~ ~ _ (per lineal foot) (L.F. 11 274 I,.F. Type "G" Curb replacement (Chula Vista Standard Drawing No. 102) (per lineal foc -~) (L.F. ) 12 2073 S.r^^. 4" P.C.C. (Chula Vista Standard Drawings No. la2,lo8,ll0) (per s ,uare foot] (S..F. } 13 700 S.F. 6" P.C.C. (Chu]_a Vista Standard Drawings X70. 104,105,110,111) ~~~ ~°Q~~xt~ ~~ q (Per quire foot) S.F. ( ) 14 125 tons A.C. Pavincr -' ~ LJ L3 y r ~---- per ton) (tan) 1.5 150 tons Aggregate Base - C>/, ~_~ r (Per ton) (ton) $ ~ -~3~ _..-- ~~~ s- z '- ~~ ~r~_~ ~ = l ~> u ,~ "- L~ ~~ "~ Proposal (Contin:zed) A~'PROXI~•IATE I`I'E,!'~IS 6~lIT:i UNIT PRICE PRI::E IN _____ ____ I'~!'EM _ QUAN`I'ITTES ~VR1T7:'EN IN GdORDS FIGLTZES TOTAL 16 Lump Sum R~i`p Rap ~~ ~ ~~ (per lump sum) (lump sum) '~ GRAND ^1CTAL $ ~ ~~~ p _~ C.~ T'i C~'C75%3 ~. f (',CJ~~ t 1.:111td ~ The undersir;n~tid further agreLs that in case cf d~fal.?lt in @XeCUting t~i'?F' rer~?.l~red CO~It~aCt, ~+dlt}1 P.eC°uSarV '"~~;_'~°, ~5'ltiin the ten (lt?) days i.<?t ii.clLl~ing Sui2day, after hav1,-i r ~Cil'i'd notice that the contract iL ready for s.~gnature, the p_oceeds of the check or bond acccampanyir±~? his bid shall b~corle the prc~,erty of ti-le City of Chula ~,~ist._~. Licensed in accord~nc° with an fict providing for tZe regis- tration of Contra.ctr_,rs, License ~To- /~rJ.:.~ ~~~~; ~_,or.tractor' s State License C.iassifi cation °A" - - ~ ~o ~~ _~ - -_ Signature of bidder :.->~ ~~ / ~ ~ __ _..,..-. ~ ~ / ~? f an 1ndlVii:!1a~ , SO State. .~,f a flan Or CoDartn?rsilip, t~itE' tale firm name and give the na~r~es of all individuals, copaYtnPrs corl- posing the f~_rm. I` a corporation, also names of ~reWide.it, Secretary, '~'~~:eas~.l_e~ u::d ,tilaragcr trereof, and affi.z t'ne Corporate Seal thereto.) ~_ _ _, - ,~ ~f<.c' ~ ___.. Dated - ~ _ '' (Bu.s~ness ~ddres~) AFFIDAVIT TO ACCOi.PA*1Y PROPOSAL USE THIS FOi~i~'. IM1FHE~1 BIDDEP, IS Ar7 ITdDIVIDUAL STATE OF Cr1LIFOK131A j SS COUNTY OF SAiV DIEGO ) ,, (NAME) ,/~r „~~~ ,~ /~,e,~-- j~,-, affiant, being first du?y sworn, eposas and says: that he is the bidder ,rho makes the accompanying proposal; that such proposal is genuine, anc not sham or collusive, nor made in the interest or in beiiai of any persor_ not therein named, and that the bidder has not direc~.ly or indirectly induced or solicited any other bidder to pat in a sham bid, or any other person, firm or corpo- ration to refrain from bidding, and that the bidder has not in aazy manner sought by collusion to secure for himself an advantage aver any other bidder. Subscribed and sworn to before me This ~r~ ,~ .~ day of ~t~.,~~ 19 ~~ ~ ; _, ~-- , {Signature) _.__J Notary ubl~c in and for the County of ,,C~-'-mac ~ State of ~ ~' - ~. -~r~. ~.i ~.___ _ ~. __~~e.___,_.__~ ` ~T~1 ~.J O~f'ft ~E;.,,,L rv~. A,f~I~TA #~Ig Gt~fii;~sia~ ~xyara ~;;,% ~5~ X97} _, -~ -_, F 1 ~! AFFIDAVIT - CONTINT~FD USE T~IiS r ORi~? WriE.~ t`3IDDER IS A CO-PP.RTiIERSHiP STATE Or CALIFORNI.y SS. COUNTY OF SAN DIEGG ) Affiant (s), beir_g first duly sworn, each for himselz dEpcses and says: That (Names of all Partners) are partners, doing business under the firm na*re and style of (Name of Firm) and that said co-partner hip makes the accompanying proposal; that such proposal is genuine, and not sham or collusive, nor Wade in the interest or in behalf of any person not therein Warned, and that t'ne bidder has not directly or indirectly induced or solic?ted an_y other bidder to put ire a sham bid, er any other person, firm or corporation to refrain fr_o:n bidding, and that the bidder has not in anv ma:~reN sought by collusion to secure for himself an advantage over any other bidder. Subscribed and sworn to before me This day of 19 r7otary Public in and far the County of State of . ~, M _ ~ ~ ~~' AFFIDAVIT - CONTINJED USE THIS FGRM WHEr~ BIDDER IS A CORPOP.ATI.O~T STATE OF' CALIFORNIA ) SS. COUNTY OF SAN DIEGO } affiant, the President, Secretary of or Mgr. Ofcr. Name of Corporation the corporation who makes the accompanying proposal, having first been duly sworn, deposes and says: that sucY~. proposal is genuine, and not sham or collusive, nor :Wade in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or salicited 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 mann°r sought by collusion to secure for itself an advantage over any other bidc'er. 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 X47 r~~~iv ~i_1!`:D i'tf.} r;.Yt:~l:~~}?T ~'Y:j !.~.ri~l.~~i:T;i_i ~'~}i,t t~J.~T! li...~:.YT S.]~'T J.`i7..:_'.lJii tl ~;:Li t~i~ ~v r~~~ ~~Zu t ~~S' i~ ~~iy-a ~/~ /i ~L ~._._.._ + ..._...1~'~l:l~ s`1,,5 F'r1I1Ca.~al, u.rdTh@"'Tr8y8~ers Indemnity Canp~yas .~.~~..~ y' ~"1', ~3.rP ht~ ~ C~cIIG L:tri~tly ba=end unta th~~ City oa:. ,-~ula ~°; ~A-7 ~. ' ~ ~ `~ ~ L:' _ d ~. ~_ c. i 1 L .. C s u C1 L~i 3. ~f~=~`~'~~~Nl~ ~/C .~~G~' T'TA~I~:~T" ..~ r~.~i~t~ i$ ~~ ~c~,_~',f ~~~~) , to be ~~~~ :,~ tc th~~ ~awc~ Ci ?~y or its attorney, 1.t5 Sl1CCES.~OrS ~T.d aSSl~:i"3So :~C~'" t+ii11C~7 ~,`c-'.yTi:~~rl~, jvE?~..~. c~..71~ tru~y tc be Wade ~ ? - ,~, , Wc., iJiilil C~.:;=:.~? _~~c-'S C'.3Y }1L1.rS E:;:C~^..lItC11'S ~ i'.f~ ~ ~ ...~ a.a_.in _s~.ra~_ors, SUCCvc^-SCrS CI:' ~vSlg'_'15, _j01n~~ ~.' and Severzlly, :~:LY:1~ jr' 1:~~'Lfl[-.SE? T7rESF_'I?tS. TFi~ CQiJJt~~.Gti pi=` ~~~~ G~LzC::~`I'1f:=~' y.~,` t,~i:~. the C07]StrLlCtl0~2 C:i C3~=a127~yL ~aCl.~? t ~ ~_' 3 7.1"1 ~i11.~f.G~ j)':1T.7r' r0^,1 "~'~~ Street to Telegrap:z C_~_~1~~cI7 Ro~~r; i7.1 the C'~y of Chula V.d.sta, CouTZttr of. San Diego. dated j~'.l',c= /',f~%~''' ~v, 15 dCC`_'i7t~?~i ki~7 i:r2~~. %rl~~ O{' t„'i~1.71e:1 V1.S"t`.~' c~I"1C! 3_~ tale ~bOV bai.l.P.d2n ~'yNC;~~ .,~7f./"/,f-j __° h1~~ i:E.7_r , E'~?C'L:~-O?: S ~ EC"~i ~i I'!? -- Stx'dtOrS, SU.CC°.JC7?"`~' c.17:~ c~iS:;'G7?S, :i~"i~.~.~. QlT~ll E~si~?:'. `..'IBC ~ixt }:?Cl:~!, d COllt~"aCt f.Or SLICII CU:1~'t: uCt1~CY1 Eil:] Sh`_'. ~ ~. f,':n.~ _'' i:2 c~.ZiC! C1E~ 1'~'C r~'.?:_ twa bonds descri.i.n,•, an or b:-~"~o=-c ti.` c;~:± =~ ~; ,~t_.. ~_eu' ; .~ ~-~,- _ ~_~ e. ;o ~.ce O~ t1L'7~rd11, :di71C'P. d~tC SI'_ci~.~. i'~° .%.w'i~ ~..~,'S.r~ %i1GI? ~L:. t'tJ} Cc V;~ ~r;Q~ 1Z'1-- C~.L1C~ing `c'u'-A~~~l~ ~ irC=:: the ~~t8 0~ tllE'. I'l='~_~.i rah^,i a 710 t? C'E iC' :'I'::'; ~:.i~`~~Vz; bOUnden '~F'~Lr...~7~'l€!/~__._..4, by all.'_i rr'_- '. ~'le C1'_'y C'~ t,~,~, ~ ~/~ ~ _~. y, ~' Bald ~.~7Tt12 ~ ~. C.G ~ ~V~ ~.lU ~... :,i L. .:_~TT, .. t.:'1 _.. :J u,.~ -. ._ ~.~1: shah. DeC,Oi?1? n.'ull uI~C7 :I i.1i_.~-'~ ~ C,i~~i'.~.., _~ c~ 1 ~ .`~'i`~~ ~ ~. IJ~' i'.?'C'J ~CI;` __r: ' i'i ;."1 ~. force and virt~~e. T,3 VJIT~~,SS ;ii-~RDG~?, I/~,:e nerctt_~c? _:_ ~~:* Cli=- -_:..,__,~ a1~ s~ ~,J_s ti.~_i ___~rr~ day o F _._.._~~''~~_~__._____• 1 '' ~,~ prew~ea ac>vered by ~ici t7~nU Sel'vtf@ UR~L~6?akiRg City At ~ -~~~ /yigve•_~~ f~f~,r~'~ h ~~ - _, ~ ~ !/ / The Trave~ Indemnity Company ~- ~ ~! The Travelers Indemnity Company Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Richard W. Campbell of San Diego, California its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof not exceeding in amount Two Hundred Thousand Dollars ($200,000) in any single instance and to bind THE TRAVELERS INDEMNITY COMPANY thereby, and all of the acts of said Attorney(s)- in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: Axrtcc.E IV, SECTION 11. The Chairman of the Board, the President, the Chairman of the Finance Committee, the Chairman of the Insurance Executive Committee, any Vice President, any Second Vice President, any Secretary or any Department Secretary may appoint attorneys-in-fact or agents with power and authority, as defined or limited in their respective powers of attorney, for and nn behalf of the Company to execute and deliver, and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof and any of said officers may remove any such attorney-in-fact or agent and revoke the power and authority given to him. ARTICLE IV, SECTI(1N 13. Any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the Chairman of the Board, the President, the Chairman of the Finance Committee, the Chairman of the Insurance Executive Committee, any Vice President or any Second Vice President and dul}~ attested and sealed, if a seal is required, by an_v Secretary or any Department Secretary or any Assistant Secretary or when signed by the Chairman of•the Board, the President, the Chairman of the Finance Committee, the Chairman of the Insurance Executive Committee, any Vice President or any Second Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 30th day of November, 1959: VorEn: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognuance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 3rd day of October 19 67 . THE TRAVELERS INDEMNITY COMPANY ,W„`~~,S ~ `~.MN~f ~ BY ~: SEAL ,;'O ~~)~.~~ Y ~ e 3 ~1~'''~*•~'•'"~~?~ Secretar~~, f~idclit~ and ~urct~~ State of Connecticut, County of Hartford-ss: On this 3rd day of October in the year 1967 before me personally came ~~. Roger Wheeler to me known, who, being by me duly sworn, did depose and sa}•: that he resides in the State of Connecticut; that he is Secretar}' (Fidelity and Suret~~) of THE'I'RAVELERS INDEMNITY CO1I1'AN1', the corporation described in and which executed the above instrument; that he knows the seal of said corporation ; that the seal affixed to said instrument is such corporate seal ; that it was so affixed b~~ authority o[ his office under the by-laws of said corporation, and that he signed his name thereto b}~ like authority. ~P0.ET, D, P ,: ~ G~}~ ~' ~~ NOTARY ... ~; y ~; PUBLIC ,'1 9~1F0 R D' , GO?2 ~~ Notarti• Public My commission expires April 1, 1969 ., .. ,.. .,..,,,.a.,..,, iiooao~c~aa~.,.......rary~~r-,..rcrr~y aria-,rorccy~ ~i •iia:. •a~nvi:.Li:.i~.~ iivlJ~1v11v11 1 COMPANY certify that the foregoing power of attorney, the above quoted Sections 11. and 13. of Article~IV of the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been abridged or revoked and are now in full force and effect. Signed and Sealed at I-fartford, Connecticut, this ,W ~r~••• r~~ j f- ~ ~'~ O ~~ sEAL ~3 11th day of June 1q 6$ . ~'^'` Q Assistant Secretary, Fidelity and Surety B-1869 (BACK) store of California County of San Uie~o } ss. On this 11th -day of June lq 6~ , before me personally came Richard ~~, Campb to me known, who being by me duly sworn, did depose and say: that he 1S an Attorney(s)-in-Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to hlm in accordance with the By-Laws of the said Corporation, and that he signed h1S name thereto by like authority. " ~""""""'~ .. r- UNOW T. MIEgER . ~ ~ F -araRr ruNtc • GUFpRNM ~ ~ ~:. j PRING1PAt O/fIC! IN - ~ (Notar Public) SAN ptFl;(~ ~p~~y r--_._, My yomtnis~ ' " """~ My c mission expires i-498 Rev. 2-53 PRINTED IN U.S.A. ~ 1+' ~`p~fES April 16,1972 ~ ~ ~ n.r~ ,P-~~97 _ sOP~D id0. 1503433 r z> ~ ~, i rl7-.r- ., F'E?~iIipl: `•>291.00 _._.,_-_.=_.r ter ~''.T.vO~ ~LT.e 'Ii~,I`i yY 'it:~.~t`~ r~i:,~r'~i'.I'i, '_'il:f:. 1.~Viir'. ..1~ ..-_,' --mr E~~.Ii ~ _ the Contractor in tl`~ contrac~ hereto anr!4:•,~>;, a. ~rinci~~,l .a, c', y mt;r' T1:FSVL~'r~:Y`_~Tri~~j:'i T~`( ` -'A~`_ , uS ~LirC-'L~1 ~rC' ~"'~ ~i1G ...~ ~____.._ ,old ~ irnly bot:nd unto the C%TY OF CHU:.:'~ VIST?, a tit~iliciLal Cor~~a~~ation, located ir_ San Diego County, Califarni-~ , in tx~le sly:;, of - ,--: ~ ~' ~=ITdE _.: _~U....,._ ,.. `/~, T`_' . ~urvOLL~:':' A. ($29,074•~SO-_---'-~ lc~.GiiL'~ TTiO:7e~' Of t~7y' [TTllted .~..t?tE'S, iOr F';i'1.;c.C~1 '~ayP,eIlt, well and truly to be made, we bird ourselti%cs, joint?_y ar.d sever:ally, firrlly by tilesp ~areser!ts. Signed, seale~.i a;-~d date:? JU'~•ir,' 2ir , 19~-~'~3 ThQ condition o% the abovz obtication is t:~1a.t iL sa.id Pr~.I:cipat, as Contractor in t'n=~ corltrGct harms co an;lexed, shall raithf~a:i.ly ~ rform each. and all of t.ne cords Lions of said contr~.ct to be perforr;,~d by hir1, and shall. f~lrnisi:; all tools, equ~;-Pror~~, appuralus, racil3.ti.es, tran:it;7Cr i:<1 41,OI7, ? a~)or a?'ld :11c..tei: i a ~, Ott'_Ei tlian r!7.~te Y'.7.a 1 t i t c1I7y agreed to b~ "liriZi ~.i"_ed by file Ci ty neces;-ar1• to p_riorl:i ar.d co:~,plet~: in a good ai•!d wor?;::lanliks rlannor, the wank of; the construction of drain~~ge _fac.ilities iIl Hil]-t~~p Drive from "J" Street to Telegraph Canyar !=load n the City o:~ Chv.1a Vista , County of San Diego. in strict c:.~r. corr. •ri ><h ' e t "1 _y '•: tt2 `r:~1S ~Tld CrJ'1;.11t1O?'1S 3Ct .%Urtrl 3.i: tYiE' contract :l,~re~o al7n~.~ed a.nd s~~.s1v +- , _~-' pay or c .utie ~o ba ~a~.d, nl~ ~~~r.-sors kr~3O ~erfo=.?: ~ a~O'" iar, 01" 1<rfti S:7 m~ te>>-i ~ 1 :~ 10 Sid COr.tractor, Cr t0 any SL1bCOP.~raCtOr ?2 t~l£? e}:°CiltiOn O.~ t't-:O 3~iiG COr.~ract, tti0i7 t:":'_S Ob1.7Lgatior shalt b~-- rxu~l and vowel, ctr:er,•~is~~ to rer::air. ~.r: fr;?_s. iorc~~ and e.f=ect, alld tr~~ Surety, sor value recei.v~d, hereby stit~ulates and aCjre~S tllct :: C! ~~:la,`ilJ~c, cr'.:{tCP.'iC11 O% ti:';::, c~~tU'r.3t1^n Or c;~`iC~11C~I1 t0. tfle-' tF'r%tS Oi tr''' t"C'ritraCi O?. tO 1:70 ~vO'~"=. ~O (J` ~7G~.'iUr:i'°~. t lr'~'-~'.1; G^r Or t~1° S~~PC? i]_CatiGn~ ;iCCO"'~i nVyr_ '+-"'~c. G-~ - c, ,1- ~ r y _ ~ • t l c--" ; _ , S .1 l 1I1 ..:1',~ L•11 ~ ;_' c~. '_: J.~ ~ C t 1.tS Obllga t?. UI1S C.1 t`1? S ,`.1O?Z Ci, uP_~ J' ~, Co<_'S i!C'r 0~y %t ~.~T~'C! TtOt? Ce O~ ac`:~~ such CYlarig°, C'}:'i.0i1:?Gt] Of t=.T:1P, dltt=:i c.i:_C'i? C='" cam.°~ ;~.'__.O'? 1G ~.. c thr COntT.'n.C` O. _~~ ti'lf.'. 'v;Or;. or t0 t'tlE 5~.::C?.~1C.=i=? p_r, _ i -- i~IjiZi:Ix,~ yr: ~kns~ uI.:~' 6ii~7t,;iITY CO"'Tf~:I:Y ~~---- --- ------____-__~_ _._._ J ,`.'_ i3 ILL~F S ~tcrre ~-ir.-Fac± Contractor ~` Surety _-~. _...--- ..-.--_ ____ APPS Otr^ J AS mC r C' .~I •_~~~~ ~ e State of ~=aliferr.ia 1 County of Lcs An?eles } ss. On this `4*h da of `?l~J'"F ~~ Y 19 ,before me personally came JAY :3. r~,ILLER to me known, who being by me duly sworn, did depose and say: that ne is ar: Attorney(s)-in-Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to }]1^; in accordance with the By-Laws of the said Corporation, and that 7e signed ?-;~~ name thereto, by like authority. = t/ ~=~ -~ OFFICi,~i~~SEAL~~~ '. i~~ "~: ;~ ~. ~iC ~, CARTHY = ~ ~ (-~!-IFORNIA - .. ~~ F _. ,r?7 UI f ICF IN _ - .. L ~:. < ~- COUNTY q i-498 Rev. 2-53""PRINTED IN u.s'A.I „ •+„`•"`~~~,'•s A ~~~~ .-~.. ~, f. _ (Notary Pu¢Iric,~ is.. ..~ i My commission expires ~hj {;~~,'. ~ -- -~ - -- =~~ -ia 1970 ~~7~~ ~O.dD n;u. 1503433 _ "Tht Premium charged for th~_ KidOt•i ~I1~., *,rc,.,~ ~~}' `>Fi ~'`, 4~P ~ F;;,<--, ~~,~, T 1~; -..T - T-•;• $~n~i is a~.cr~~3ed~ that sho .:.: : a 1~ ~ , ~ ~ i ~ , 1' ~' ,~~ d ~? ri ~ ~-~ ~ Eh K ~ _.~-_ - -AIL-f,++L'_i.C.1..G.E,t.i3S1T.L'~.,^Ii.'~.~s t.lc: ~;OI-i~r~? tOr lIi t~:~_ C'~lltrt].C""F.: 'fIErU"~G ~.r'ii"!"'.:r'd ~-';:1 ": ~ ;?1. ~~7 7 ` - - , as _ _, ~.~y._ , ~:? TLa.l. _~l.lL~.X.,&..!~.5~ x ~Je%.s.a~.k_~w: _,~..~~,': 1~' '%c ,~ .~'.~ 1~ i' ~.' t y , G 7: (_' I1U ~ C! .-~.: i :a f" .!_ 1: i:Z ~ `• % ~ O ~~.: P C'. L1 i1 i. Q c: ~: i1 •_ CI.`i`Y O ~' C~UT.~. 5. -.-ri'~ri c~ i r~ ~. _' ~ ~' :- .%- ~ -~ _~,ul~ ~t ~ Cory~t~r_~ ~ nor=. 1_cc.._. i:~~ n ~t~zt L':iLgo COUI?ty, C].y.iCL~:r11c-'.., 1T] thE' SUIT.l of '-'"?iJ .1L~I ~y`:~~%?ii 'T~,Tr i~ ij U _'r T T`. `.' ~Ic L~' ;l 4r~100 ---------- ~aZrJfU~ G:IE'.y O tilE: Cinzted iltc-',tk:S, fOr 4,'i?1C'ti? ~JdY'I.-_''.l~l~'., .J° ~.~. c-l..I"?~ ±'rU~~ tC7 k?c I:laCie, trl'? ~11"?.Cl JUrSUi.:.JE'.S, ~O1nt~:l c~.i:G S~^-.':Eiu~.~Vr 1Yi',1~.V ~L' ttlc?S4". presents. Signed, : ea lcc3 and dated ,?j,L ~~!. 1.9::8 'rho con~ai.tiol?. of ti?e above obligation is that if Said Prizlcipa? as Contractor iri ti:e contract nere4o anr_e:1~~d, or 'riffs or i-::s sub~:ontr:-zctor, ft31~S t0 Pc~.~ ~Or a%~T iil~t2r1~1., F.'rOV1S1Ui~S, IJLGJe.il ~r'r, Or Ot:li?i: SU~~721_eS, or tear::s used ir., up~;,n, for, or ~i'i)Jt~ t tole = erfo~',:~ance o ` the ~•~or_k COZ2t_CACt£:d tO '~'? ~ O::? by cc31.C~ CC7I':~_"ciC~Q~' n.=?it?1~ tO f' ~ ~Cj~..I1pI',',Uilt, dT?r=~_=rc.1'`.'J.S, fc.C11.1t1C:~, tran~partac~Ge?, Za;:,Or and *l;~`_~>r1 ~. , other than na ~eriaa s, if- any, ac Y~ ~ Y- },t,~ ~-, ~~ , ,~_Gt.7 to be Lu..nr~,~~eu one Li ty, T1eC2SS~lry tO ~7c^rfO''i1 c_nd CO;?p~•~tE'., and tO z~ r%Gri1 c~.i?C] CO'T:_~1.etE' 1. I1 a good anca wor}:r~.nt.~.ke rla,lnar, the caor:; of: t~.e construction Gf drainage facia_i ti es in Hi.l ; toy ;~;.citie f-ro:t~ ";, " Street to Tclcgrapi?. C<~nyon load i_n the City of C L:la Vista, CGUn.ty of San Diego. in strict conforrrtanca ~+'Jitl? tha t~:rr~?s and cGrc'_. vi c;?s set for. t.= i n the contract 1?G'rE'i.O nne;;r~d, Gr fOr Eng.' ?VOr'1 C) 1_c7.'I?O'C dC= •? ''1 r _ t~ er-'oIi o~ ar~v k.ll7d, Sa ~.d Surety ,'I:L ~. Z ~iuy t~`1:.. Sc: ? ~ lI? Gn c?!:?'.~,Unt TtO ~ t~'.: E:=~I ~ I? ~t }lerE,'1T!cil~`G/C S°~. fC')1:t~?, crd 3~_SO 1..i C~x~^ ~;U.1t ?_S ~z'G.1~Y?t ll::-~;i ~'~ZS ~Oi^_C ~I i:C':.iS:JI21 ~_c: C't"t:Cil~,<_-~y' S yE'L tG 'D c'' ~1.Xe:~ :J'~J t'.^:Z CC'„?"L'„ - r,•1-~ , 1 ., 1.11 ,..~] a :ld Shall 1nU:CE~? tG th2 i`)'T-ic~lt 0~ ~?;:~~ c;G a~.~ ~'C~<'~i7~ CV,i't~`_'.:=FMS c.I::a COr~JOrc-1'l:7 ~~?2S E'I?t2 t.1.CC: tO r1~_t/ C! c ~~_i;tS UI`_:7='i ~"'Cl .`.?~~ V'_?:''t1.lC '-'~ _ - -- C:-~' ~i.c. ~:~0- V3.S~CnS Of c.71 c ~ I ~'_ -' ^" ~. _ „i,-- ~ _ Ct G~ t:iE ~~i8~. ~U"_ O t.}?~_ :~~. _c Oi Ct.~ ~ yn`"l~.c-~. @I1t.1t ~.EC~., "inn i.Ct `O ~>ECU''E tf'_z? t~c~~~ t^..n C Off thv L! c:_'_C1S G il'~' ~ :~:i' ,. .. i S E;r,.ployed bar Colztracty ~ upon Pub1_ic T'' r'; d T , 1 - ifO riS, cZli 1 '-"_' C-~~'.'__T':!~ C`'~ i °._'.lil: L~J~'1O ~~il?"ni ~?i -~ i:cr=i.? i S SU i~IJ °" r -'• ~ - - ox.' consut,e•d b~' stlcn CGnt~'actoi -, _n the P`rfor-:t ~ ~- ~ ,,. - - d - _, Prescribi.r~ir tl=:? ~t.il_'US "Ct C~r~3i`7 ~1.1O~7_C Cs~.i1.C~~S r•;l...i <.__~. ~^.i:i~~-.t~ ~ ~~p," app roves' ~':ay 70 z_yi ~, a;~~,,-_ ~v~ , a, - ~- ~ ~ _ 1,., J~ ~% ~liC 1 CIE'rE'bi• ~'!..1_y l:~c:,~t~~ c-''._i ..~ GJ~.-...~] ~l?c'~t nG t~'~;~_^f~/ C>Vt~...,}~_::1 CT ~.._.:- ti_t_t~:'_- ~ Et1.On, O?. aQG.__'~._On tO ~"ii° tE~`;i?S 0.= t:l:? CCT1tI"?.^_".: ~:r tO 1:-,^.° ~,~;OY'i~' :,Ci 7~? ~t~rfOiii!=,~' t~i"'_ i1;~G'.' .'J~' th° "`^" l~ C~.'~_ ,r/ - `_ _'': `.Z.L _ i71 aI?y 'v; ~7 ui_•~Ct 1t: Ob~.?. c ::i O. ~ni , C,;~j :'1 ~_..,~y- ~N~1`E noL~ ., ~ ~ _. CE ^i:~ c''.I:II SL';C:? Ci1:=il:jcS, E::S~E'.:".~__Gi'_ Of t.~,__''~::, ~ ~.Cc _? ~: 011 O'' c~iC:1C!1'CiOi? ~O tT,c~ tti+-_~ ~, r :.~~ ~_ 1 1 ,_. C. ~>-c: COn~.raC~ OZ tC; t'I:•"' ~J~'~ Or tG ~.`:~ SUE C' _ l .~ _ flCatl.C."i.S, ';. P.FRI'~Ti~ "A~~ TTZAVELERS INDEMNITY COMPAI~I' _, ,/' . >r r ._ . ~ _ ~ _,~.;_,...Z=:c ..~..-r' ..._ ~~-- __ ,,y • ,may-'` C~~~ ---.~. .,F' '. i'iILL ~. ~ttar-le~~-in-Fact r~ ,,,. _ . State of Cali~orr,ia County of Los An^eles ) ss. y ~ ., On this 24th da of_ ~''T'F 195 ,before me personally came J:~Y r. i°iI~LFP. to me known, who being by me duly sworn, did depose and say: that tte is an Attorney(s)-in-Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal afFxed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-laws of the said Corporation, and that he signed h i S name th>r~r~ta,tay,„li~t~..atutl~ariix, .,~, n ~11.L S£.A~L ~ ----- ' ~CARTHY ~~ 4 ~~ `~~ ~~ ~ _ (Notary Pub6 f r riy j ; ~ ~~qt~ r - ~ L-498 Rev. 2-S. ,,:. ., .,,, ..._...,; ~lr' ' ' .. """"~ ~~ ~ ~ /-~ My commissipn expires ~ "'~ ' > >.i' ~ 3 PRINTED IN U.S.A. ~'/ ~~~~~~. (This affidavit shall be executed by the successful bidder in accordance with instructions in the Proposal Requirements of this contract, but bidder may execute the affidavit on this page at the time of submitting his bid). NON-COLLUSION AFFIDAVIT ~~ To the City of Chula Vista, Department of Public Works, Division of Engineering: The undersigned, in snbinitting 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 any sub- contractor or materialman through any bid depository, the by-laws, rules and regulations of which pro'nibit 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 /.~ G~ ,. ... Signature of bidder Subscribed and sworn to before me this /~J~'" day of ( 1 ~- 19~. Notary Public in and for the County ofc~-~ ~- iC.l!t~~ State of California. . Notary Public ,~1 ' «,.,/ \.,...,, „ ,.~,,,,,, OFFICIAL,...cJ.,EA.L„~,...~,. / / % / BETTYE M. ARRIETA o ` ~~ GETTS`F M. ARRiETA _- Y~•., , / My Ceanmission Expires May 15, ~9/= '' NOTA Y ?l!'.3 LIC - CALI; ORNIA ~+ PRINCIPAL OFFICE IN -,,,,,,,.,.,~ ..::......... SAN DIEGO COUNTY ` CC~~'~,~~C'i' ibis COT1tvc?Ct, iT?c:t.E'" a~2d entered :...1tG l.iii5 ~t /7C~ d?y of .,J(c.c(~/'` ~.~ ~~~, JJ'y end b?~~,.~en t11P_ L'1Ly Or Cfll.ll~' Tiii:itc3., ~. eharl`:°t ~~.'`y, State C7f Cal' iC).iii~c7.r ilr'-.3':''.l n<i~tE,~' Cciil.cd t~1G-' "Q~TI~i~i'" and _.._~.~._ ._..... _~__.~~.~___.____~ - _.1~1~...~~rrr i~~ ___________, _~..-- here~_nafter c~w~li~~d th:.~ "Contractor"; That the C'f~ner andTtho Contractor for the consideration, hereinafter nGi:~ec:~ agz~~~ C#.:~ fLJ1~~Y~S~ le the coTnplete Contract includes ail of the Contract Docum~:r.ts dS if Set ~G`if:}'i ].n :~u' 1 herE'1i1, tC! VJ1t; 117v t7i~JtrL1.S°e:tE_'Iit or 3~.ds; the P~{.3posa.i; the Accepted Fri d; t'r_e Af=i.da?~it to ~,c,cotripan;r P, ro1~cs~~.t; the Faithful PLrforrranc^ Bond; the La:-~or and ;Material fond; the Plans and SpECi fications; Standard Sp c~.fications of the City of Chula Vista; this Co7itrart and all addanda setting fort's any Tnodificatioris or ? nt~ rare taticns of any o+ aaicl ?~oc'ai~~ents. ?. The Contract:~~: will. furnish uil materiaJ..s 2.~cept as of}ler:a~.se provided in th~~ Specifications or on the Plans and wil;. pol: form all th~~ Woµr;~ ~c-,r a the construction of dr. ainage facilities in Hilltop Drive fx~o.,1 "J" Stre`t to Telegraph Canyon Road in the City o.t Chula Vista, Cour:ty of San L`iego. ~~ i Gf th° c~~O~i'E' G~I:Jr'k is on City r~roparty, and under ti'1e C7?.~i:Ct1.0:1S C~ t12 ~'I"':~ii.~:=r J2' OT:~iCr c~:rJ_C?.al designated 'Olr wf1C Gi~1I:°_ t0 ~U.O~~~'~'i.ca Said WOr~:, a.ll as F~GCT1.d~d 1I1 and KaU1~GCt trJ t~'1~° lrOritiaCt: ;Vr`iC:l"1G:i':~~. .~~> '~'ll'' ~;'ir:F/r T;v; 1 ]. r2y the COII'tac~CtOr in Clirr~nt fox~rr,ance o-f the Contract oIl the 'oa s.~a ref the pr~_ces aT,u ti1=? GCtli~i measur:,d quantity °5^~~ tl.rnes as ::,= e stated ir. th~a Specific~~.t~.cr~s, a f~aifill its o;:l?_gations tilereund~ x-. ftl:?ds for ~fi? p?~- acce~~ted i:ni t. nd wi_ll. of°rer~~isa r~. x,11 time ? iI?l' Ls :fated in t'nc Contract ;oc~a.rn6r_ts are of the essence: of thi ~s Col~~tract. %~) ~L:` 4~1...i~r".J> ~ ~r. _,~+-t'' _.._ r?~.i~r"1.`~'~ ~'1P.~~tC~ ~13'`~~' ~XE.'~U~Ers f~_71:, ~:~_.il'3.Ct Y:-i:_ sa,3E~ is ~ ~,c. ;~, CJC)VE' W;:,.i.'i~EYl„ B BY _~.. _ _ _ ~ _~ _ _ .~ ~:a y., ~ 1r~~. .a__°e ~, / ~/ TABLE OF CONTENTS Section Title Pace 1 Proposal Requirements and Conditions 1 2 Legal Relations 4 3 Prosecution and Progress 6 4 Quantities, Measurement and Payment 10 5 Special provisions 13 it - ~-~ 7 ~~ ~F~mrn~T 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1-01. E~MINATION OF PLANS, SPECIFICAThONS, SPECIAL PROVISIGNS, AND SITE. OF ~n1ORK: The bidder is required to examine carefully tre site of and the proposal, plans, specifications, and contract forms for the work contemplated, and it will be assumed that the bidder has investi- gated and is satisfied as t"o the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. 1-02. PROPOSAL FORM: All proposals must be made upon forms furnished by the Department of Public t~4orks. 1-03 . REJECTION OF PROPOSALS CONTP_INiNG ALTERf1TI0NS , ERASURES OR IRREGULARITIES: Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, in- complete bids, erasures, or irregularities of any kind, The right is reserved to reject any and all proposals. 1-04. BIDDER'S GUARANTY: All bids shall be presented under sealed cover and shall be accompa- nied by cash, cashier's check, or bidder's bond, made payable to the City of Chula Vista, for an amount equal to at least ten percent (10%) of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check, or bidder's bond is enclosed therewith. 1-05. PUBLIC OPENING OF PROPOSALS: Proposals will be opened and read publicly at the time and place in- dicated in the Notice to Contractors. Bidders or their authorized representatives are invited to be present. -1- 1-Oo . A~^TARD CF 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-G7. 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 withhin 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 t'ne contract, the City of Chula Vista will return the cash or checks accompanying the proposals which are not to be considered in making the a~•~ard. 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 BO~'7DS : 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 ~•~ho furnish materials, supplies, teams, implerients, 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 i~iay 10, 1919, as amended. 1-09. CONTINUED: The form of the bond required is attached with the proposal. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims qf.laborers and materialmen, become insufficient, or the City Engineer has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally required, as is considered-.necessary, not considering the extent of the wor:c remaining to be done. Thereafter, no palrment shall be made upon such contract to the Contractor, or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 1-10. NON-COLLUSIOi7 PROVISION: The Contractor to whom this contract is to be awarded shall file a sworn Non-Collusion affidavit executed by, or on behalf of, the person, firm, association or corporation to whom the contract is awarded. This affidavit shall be executed and sworn to by the successful bidder before such persons 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 sworn statement shall be filed with the City Clerk prior to the award of the contract. /~ ~ ~!~~ -3- SECTION 2 LEGAL RELATIONS 2-Ol. ALIEN LABOR: The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollars ($10.00) for each alien knowingly employed in the execution of the contract, by him or by any sub-contractor under him, or any of the work herein mentioned, for each calendar day or portions thereof during which such alien is permitted or required to labor in violation of the Provisions of the Labor Code and in particular Sections 1850 to 1854 thereof inclusive. 2-02. HOURS OF LABOR: The Contractor shall forfeit as penalty to the City of C'nula Vista, ten dollars ($10.00) for each laborer, workman, or mechanic, employed in the execution of the contract by him or by any sub-contractor under him, upon any of the work herementioned for each calendar day during which said laborer, wor'timan, or mechanic is required or permitted to labor more than eight (8) hours in violation of the Provisions of the Labor Code and in particular, Sections 1810 to 1816 thereof inclusive. 2-03. LABOR DISCRIi`~IINATION: No discrimination shall be made in t'ne e~~ployment of persons upon public works because of the race, color or religion of such persons and every Contractor for public works violating t'nis Section is subject to all penalties imposed for a violation of Chapter I, of Part VII, in accordance with the Provisions of Sections 1735 of the Labor Code. 2-04. PREVAILING Zv'AGE: The Contractor shall forfeit as penalty to the City of Chula Vista, ten dollar= ($lO.OG) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, that such laborer, work:r.an, or m2c'nanic is paid less than the general prevailing rate of ~~~ages hereinafter stipulated for any wor',c done under the attached contract by him, or by any sub-contractor ur_der him, in violation of the Provisions of the La'por Code and in particular Section 1770 to 1781 thereof inclusive. The City Council of t'ne City of Chula Vista general prevailing rate of wages applicable Said ~r~ages are specified in the "Notice to herzby made u part of these specifications. -4- has ascertained the to the work to be done Contractors," whic'n is 2-05. DOMESTIC MATERIALS: Only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manu- factured. articles, materials and supplies as have been manufactured in the United States, substantially all from articles; materials and supplies mined, produced or so manufactured, as the case may be, in the United States, shall be used ir. the performance of the contract in accordance with the Provisions of Sections 4300 to 4305 of the Government Code. The City of Chula Vista does prefer supplies grown, manufactured or produced in the State of California and shall next prefer supplies partially manufactured, grown or produced in the State of California. Any person, firm or corporation who fails to comply with the Pro- ~~isions of the Act shall not be awarded any contract to which the Act applies for a period of three years from date of violation. 2-06. INSURANCE REQUIREMENTS: Contractor shall, at his own expense, carry and maintain during the course of the work of construction, Workmen's~Compensation Insurance and Comprehensive Liability 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 in the bodily injury or death of any one person; three hundred thousand dollars ($300,000.00} 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 thousand dollars ($10,000.00); and Property Damage Liability, other than Automobile, in the amount of fifty thousand dollars ($50,000.00). The Contractor shall, within five (5) days after the awarding of the contract, and before commencing the work of construction, deposit with the Finance Officer of the City, a certificate certifying that such insurance is, and will be, in full force and effect from the time the work is commenced until completed. 2-07. TAXE5: All applicable State or Federal taxes shall be considered as included in the amount paid for the various items of work. The Contractor shall be responsible for payment of such taxes to the proper govern- mental authority. %) SECTI~JN 3 P20SECUTION AND PROGRESS 3-01. SUBLETTItiG AN;J ASSIGNMENT: The Contractor shall give his personal attention to the fulfillment of thQ contract and shall keep the work under him control. Sub-contractors will not be recognized as such, and all persons engaged in the work of construction will be considered as employees of the Contractor and tl-:~ei r wor'.~c s'riall be subject to the provisions of the contract and specifications. Where a portion of tie ~..-ork sublet by the Contractor is not bei*:g prosecuted ir. a manner satisfactory to the City Engineer, the sub- contractor si-~all be removed i~<<mediately ors the order of the City Engineer and shall not again be employed on the .work. The contract may be assigned only upon written consent of the City Engineer. 3-02. PROGRESS Or TAE ti'~lORIC AND TZI•?E FOR C0;IPLETION: The Contractor sha11 begin work on or before the date specified ir_ the "Notice of Execution of Contract", whic'n date shall be not less than ten (10) days following execution of the contract by the City. The Contractor s'nall provide to the City Engineer, ~~~ritten notice of the specific date upon which he plans to co~;unence work. Notice shall. be given at least twenty-four (24) hours in advance. The Contractor shall prosecute the work to completio;~ before the expiration of THIRTY (30) consecu.iv~- c~::1.enGar da~~s from the date specified iri the "Notice o{ Execu~i.on of ~.ontract" 'oy the City. 3-03 . C~L~.~t..~C~i,ER .OI ~^iOR~"IE~ If any sub-contractor: or person employed by the Contractor fails or refuses to carry out the directions of the F,ngineer, or shall. appear to the Engineer to b~ incompetent or to act in a disorderly or im- proper manner, 'ne sha?1 'oe discharged immediatel~T on the order of the Engineer, and such person s:~all not again bej employed on the wo.rJ.. ` ~~~,% -6- 3-04. TEMPORARY SL~SPENSIOi1 OF WOF.K: The Engineer shall have the authority to suspend the work wholly, or in part, for such period as he may deer necessary, due to un- suitable weather, or to such other conditions as are considered un= favorable for the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such orders of the Engineer and shall not resume the work until ordered in writing by the Engineer. . 3-05. TTP~ OF COMPLETION AND LIQUIDATED DAN~AGES: It is agreed by the parties to the contract that, in case al.l the work called for under the contract is not completed before or upor_ 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 therefore agreed that the Contractor will pay to the City of Chula Vista the sum of fifty dollars ($50.00) per day for each 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 are not paid, agrees that the City of Chula Vista may deduct the amount thereof from any money due, or that may become due, the Contractor under the contract. It is further agreed that, in case the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the City Council shall have the right to extend the time for complet~.or. or not, as may seem bust to serve the interest of the City; and if it decides to extend the time limit for the completion of the contract, it shall further have the right to charge to the Contractor, his heirs, assigns or sureties, and to deduct from the-final payment for the work all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that the cost of final surveys and prepa- rati-on of final estimate shall not be included in such charges, The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the completion of the ~.aork caused by Acts o~f Cod or of the Public Enemy, acts of the City, fire, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of sub- contractors due to such causes; provided that the Contractor shall, r m-~~ rri . -O5. CC1ii ~ iL~.w . within. ten (1Q} days from the beginning of ar~y suc'.~? d~ ~u°:,~, :-.ot_f ~- t'_ne Engineer, in :vriti ng, of the causes of delay, ~~rho _hall ascLrta-? _1 the facts and the extent of the delay, and his findings of the facts t;zereon shall be final and conclusive. - 3-~6. SUSPENSION OF CONT?~P:CT: If, at any time, in the opinion of the City Couc~cil, the Contractor has failed to supply an adequate working force, or material of proper quality, or has failed in any ether respect to prosecute the work wit'_n the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing ~ai11 be served upon him, and shculd he neglect or refuse to provide means for a satis- factory cempliar.ce ~~lith the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. Unon receiving r_otice of suc:~ suspension, the Contractor shall di~- continue said work, or such parts of it, as t?-~e City Council may designate. Upon such suspension, t'ne Contractor's control s'Zall terminate, and thereupon the City Council, or its duly authorized representative may take possession of all, or an_y part of the Con- tractor's materials, tools, equipment, and appliances anon the premises, and use the same for the purpose of completing said contract, and hire such force and buy or rent such additior_al .~:aterials a^d supplies at the Contractor's expense, as may be necessary for the proper conduct of the work and for the ccmpletion thereof; or may employ otne_ parties to carry tre contract to completion, employ the necessary :~~arkmen, su'rstitute ot'ner machinery or materials, and purchase t?~.e :~.aterials contracted for, in such mar~r_er as t'ne City Council may deem proper or tre City Council may annul and cancel the contract and re-let the woY'~, or any part thereof. any excess of cost arising ti-nerefrom over and above the contract price will be charged against t'ne Contractor and his sureties,. w~~o will be liable therefore, in the evert of such suspension, all money due the Contractor or retaind order the terms of this contract shall be forfeited to the Ci t~'; b~~t suc'z forfeit-ur•e will not release the Contractor or his sureties from liapility or failure to fulfill the contract. The Cor_trac-cur and his sureties ti~rill be credited with the amcunt of money so forfeited toward arsy excess of cost over and abovo the contract price, arising- fro!n the sasper~sion of the operations of the contract and the coi.~pletion of the wor'~ ry the City, as above provided, and the Contractor ~~ei ? 1 ',ae so credi ce:'~ t~.~it'_~~ any surplus remaining after all just claims for such co~;pletion hav` beers paid. in the determination of t'ne question whether there has been any s~cz non-coTpliar_c° Trfith the contract as to warrant the suspension or ,'' 3-OG. CON'rT~iuED: annulment t:~ereof, the recision of the Ci~y Council shall be binding on all parties to th~~~ contiact. 3-07. RIG:~T OL tidxY: T;~e rig'nt of way for the work to be done will be provided by th~_ City. The Contractor shall make his own arrangements, And pay all expenses for additional area required by him outside the limits of right of way. ~,~ '~ ~9 _a_ sE~mzn~1 4 QUANTITIES, r,.F,t-~S~'Rr.:^'IE~~T ?ND PA~T~,ENT The astimate of the quantities of ~~~ork to be done and materials to be furnished are approximate only, being given as a basis for tl^.e comparison of bids, and the City of Chula vista does not expressly or by implication agree that t're actual amount of work s,~ill correspond t'nere=.vith, but reserves the right to increase or decrease the air?ount of any class or portion of the :cork or to o:~it portions of the w~or'.~c t:Zat may be cee~led necessary or expedient by t'_Le Engineer. 4-J2. i~'IF,ASLT~E•_~iv' O~ ~JAi1TI1'IES: Measurement of quantities shall conform to the provisions ire Section 9-1.01 of the State Standard Specifications except that all material paid for on a by wei~~l~t basis s.zall be weig'r_ed cn a public scale. The Contractor shall, at his o~~m expense, furr_ish public L~eic~h-- master's certificates or certified daily sum:narjr weigh sheets, and a duplicate weigh slip or a load slip shall be furnished to each vehicle •f~eiglied a:.d the slip shall be delivered to the Engineer at the point of deli~;ery of the material. 4-03. PA~1~~E~;T: Pay,nent shall be !Wade at the lump sum or unit drices bid, said pay- merit being full ccr~,pensation for furnis'_~inc~ all labor, materials, tools, ar~d equip meat and doi n, all work sl:o.•an on the puns or sti pu-- lated in the specir~icatior.s'and special prOVlSionS for that particular item of ~~ror?{. Quartitieu o.f r^,aterials wasted or disposed of in a manner not called for_ under the contract or placed outside the pay lines ir_dicated on t'r~e plans or approved by the E~~gineer, or remai Wing or_ hand afte ~- completion of the ~~~or'c, will not be pair' for. 4-0 s. E~TR~ c:rvD FJ~tCE ACCCLT~~iT /TOR_: Extra ~~ork as ::_erein'^efore defined, when ordered anti accepted, shah be paid for under a -.~~ritter_ c•~ork ord_r in acccrdance wi th t~"_e terms therein {~rovi~~ed. rayment for extra ~r~ork will be made at the unit price o:r iur-p =u_<< previously agreed upon by the Contractor and the Engineer, or b~- forc:~ account. If. ti-.e work is done cn force account, the Contractor shall receive the actual. cost of all materials furnished by him as sho~,~n by his 4-04. CONTII3UED: paid vouchers, plus 15 percent. For all labor, equipment and teams that are necessary, he shall receive the current prices in the lo- cality, which shall have beer. previously determined and agreed to in writing by the En:xit~eer and by tYle Contractor, plus 15 percent; provi:~ed, hog-~~ever, t1~t the City reserve= '~'~e right to furnish such :dateri~. '..:", °"E ^'.11""?C~ _... 1`= ie:?l',",S n2CeS::aY'~. , 31;d the COT:t-laCtC%?° Stall have n0 C1G1::; ir_:r pry i."''~ Gi'1 ~:le COSt Of` Sl1~~i'1 aterlal5. lii£' ~r1Ce - ,, _ _ ~ .,. . _. _ , 1 to -_.. _._ Als eXtrc '."/Gi.l C1 T]., ___._. _ _, ....L.. _i ~. ,_ .'JV !~ ~ ~ ~ t. ".~ ~ 1 r.c _ ~. ~ 1: C. ~ .~_ _ ._ 1. l .;_ ~/ lw 1-%G n report sheets, prep:1-.°d ~,, ~ = ngineer, furnish2 .~.. ___ CGntractor and sisN_1:~}~ b~ tioth p~.rt~v.~, ~,hich daily repGY-t s'r7al? thereafter be considere~S t~-._: :-7-ue ~-ecoru of extra work or fore= account wort done. 4-05. C-%.yNL.a Iii :'+C~j~~: The Contractor shall proceed wit'r~ change in cons ruction ~~om that included in the contract upon receipt of a chany-~~ e~~:uer fur same. Said change order sh~11 be pre1~ared in the offi:~-e c~f the City Engineer and shall be signed by the City Engineer and the Contractor to indicate agreement. 4-06. PROGRESS PAYMENTS: The City shall, once in each month, cause estimates in writing to be made by the Engine~r_ of the total a°r.ount of work done and the acceptable materials furnished and delivered b~~ the Contractor on ground arld not used, to the, time of such estimate, and the value thereof . The City :.::all retain 10 percent cf sue estimated vul~_ :. of the wor; done a:-.:~' S'? percer..t of t'ne value of the rlateri~:~ l~ ~,~ eStliilat2d CO havi~: .;E_" I~ i.iL'n1S~"1ed aria delle~c'.rcG' and i?riuE:.`:C c:-S c':~ v'.:'E'- sa _ _ ~. ~ ~r ... ~cn~ i __ ~-o~. the ful=i._1 .._ ._ _ ~,: __-_r.: cor ~_~_ct ~~ '- ,.... ?';..~~.. Gl`=a. E_,.:?i..~ _;.a!"ti=ii~~ i LL ~,r +..~' ~~.__? Y'C~..t~.'J~ , .,.:1__ ..... __~ ,. _ .. . .. _, -' _., ;', O:"; :!lE_' ~r~IO rte' t_12 ~.:~tl~ 12r ..,.~~t "c mac, :_~.._~ .: .. ~..~.: _., .:.7.~ ..._ _.. _ - _ _- ~ ~ _. _' ~ ~ 4 i0~.'1.S1GnS G.fL t~_12 COntraC+~. '~10 Sl.C'. eSt1, .,. J: _ _. - _ 1 _ _.. ,11 :~e re 1u ~ ....~. t.. ;,~~ - ade -.a'7eri ir: t ^.e ~:_ 4 ,+_ o-. _ -~ ~ . _.,-r , ., _ . _ - , . _._ :GI. ..: ...:~~. ~ .. -~.~.._ ^~% 2n 2C~. ~~'.`~.~: e .._~__ _r./_. ._,_'.:-. 7. .. _...r1S Gr_- the _ _ ~ _ a - ~v CGcxt..i ~ ..~ CL, __.t 1.~ :1.~i.S JU.~ I~ ~_'1~L __~ C.'_)~d! ~1 1.' c .7~ _.~2 ti` ~Y' i dOn e Si.i:~.: E-' "C fit? 13^ ._ :'Stlira to ~.::~OUI:tS tU less t~"'.cln $3G0.+.)v. 4-07. FIivTAL Ti?t~Y~iE~~T: The Engineer shall; after the completion of the contract make a final estimate of the amount of wo.r't done t~.ereunder, and the value -11- ~_~ of s~sch work, and the City shall pay t'ne entire sum so found to be due after deducting, therefrom all previous payments and ail 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 ir. the final estimate and payment. The final 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 the 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. Ar_d 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 Iterations of the same, shall the Engineer from any and all performed under the contract -12- ~~ ~/~%~,l / o~,._ _i.J_: ._ SPr,C'~:1-~L PI~CV~~~"r0r<:i 5-Ol. sTRTJCTUZr~ ~ ~~~~ ~~arr1.C~1 Ann PACr;r Z3~L: Excavation and bac;.fi.l1, around anc3 f_or drair~are structures, sha11 be in accordance c•~ith Chula Vista S<<±;dard Drawing Na. 214 and Sections 12-04 and 12-Og of t7~e :Sta,zdarc? ~~~ecifa_cations for sewer pipe. Backfilling shall nest corarnenc~ prior to the ~-irne when adjacent structure walls have developed a strength of r_ot less than 2500 pound per square inch in cornpressi on as deterrrci nod tiJy test cylinders cu.r.ed under similar conditions to tl-cose prevailing at the s~_te. Tti~ao or more samples of the concrete shall be taken fro.iz vario,~s st-ges of car.struction for testing in accordance with Sectio7 3-00 of the Standard Specifications. 5-02 . ASPiIALT P?'~VI`,G Asphalt paving s'nall be ir. accard~~nce s~,itr~. c,c~t.ian 8 of the Standard Specifications except that the fines' co3~rse :~l~~.ull be one- inch in thickness, 'T'ype A asphalt concre~ce, tre minet~al aggregate shall be 3/8 inch maximum-fine, and the aspha7_t binder slZa]_1 be 6U-70 grade paving asphalt. A Tylue B Seal Coat shall be apr.~lied to surface o~ L the paving. 5-03 . RIP RAP : Rip-rap -shall consist of selected _~ack Rock for use as rip-rap shall b~ sound will resist disintegration under the G rock shall be less than one-half- cubic percent ar mor.e shall have a. volume. o' plactiu a s shown or. the p.!_ans . anal c~,f such character t'r~ t it ~ticn of water, None af. the foot in size, and t~~,~enty--fi_ve at leas+~ GI~7r: CL7B1'C F'O~i', Rip-rap shall be placed as to pravid<e a minimum of voids urd the larger_ rock shall be used a~ much «s possible on the outside surface. of the slope protection work. The rack main 'ae dumped from. the hauling equipment and spread into layers tiny bu7_ldozers cr other ader~uate equipment. The rip-rap shall t;e uni=c_m it c;iepth. 5-04. MATER: P.11 water used for dust control, fl.acdine~ of trench, compaction, or in placing base matQrial and curin.~~ of concrete, and furnishing watering equipment sha7.1 be considered as _nc~t~.u~ed in the various items of work and no additional coznpensatia~~ ~ei11. be ai la~ryed therefore. /(=~ '/ J' - i3 - V-22 1. CONCftEIE IN TOP SLAB SHALL SE CLASS "F; AND N WAILS A.'iD BOTTO:~J, CLASS "C~ EXCF_PTIOtJ: W'rcN THE EAS!N IS TO BE CONSTRL'CTEO 'AITNIN THE LI?.fITS OF A PROr'GSED S!OEk'i.4LK CA IS CCaiTIGUCUS TO SUCH SIDESYA'_K,THE TOP OF THE BASIN SHALL EE PWRFD k:ONOJTHIC WITH THE SIDEY,'ALK)JSI!;r THE SASSE CLASS G CC':•^,NETE AS JN TI-~ S!CLW.ALK. IN THU CASE THc Dr3;7EL$ BETWEcN Th'ti 1;CA'_LS AfdO TCP SLAB SIiALL f~ Ci:;I TIED At~'J Ttz: iGP OF Tt?E CATGH BASIN WALLS FIMS}LD SkJ00TH. AT THE CQ'JTRACTP"?§ OPTION, CLASS"F" CJ?;CRETE Iu AY EE US'_'D THRC'JGHOUT. 2. CURVATURE GF Thi` LI? AND S!~EWALLS AT TI'E GUTTER C7'ENu AND 0' THE ROUNDED EUGE OF THE CUTLET SHA:.L EE FORKED BY CURYEO FOR),iS A'~ StL4LL NOT BE MADE EY PLASTERING. 3. DIMENSIONS I T•81NCF£Y.,, IF V IS LESS TIi D,N 8 FEET. T• IO INCHES, IF V IS 6 FEET Oft ~".ORE. V=5.0 FEET UNLESS OTHER',YiS~ SPECIFIED. W=7.0 FEET UNLESS OTHER"rf;SE S?ECIFkD. D=21 UJCH'cS UNLESS OTHEF,~:Y!~E ~?ECIFIEC-. P=1B INCHES UNL.CSS 07FiEP,'NISE SPECIFIED. R=4 FEET U7.LESS OTH.RY;ISE SPECI~.EC. Y=5 FEET UPJLESS OTHERIYISE SPFC:FICD. L=41NCHES UtJLESS GiHe'H'F/iS. SPECIFIED. WiDTh1 OF URIYEY;AY V! SHALL EE IU FEET UPILESS OTHERLYISE SPECIFIED. ELEVA7"ION OF POINT °n" SHALL EE 131NCHES BELOW POINT "li' UNLESS OTHERV,'ISE SPECIFIC. 4. THE FLOOR OF THE BASIN S"-ALL BE G!'''EN A STEEL-TRgYELED FINISH,EE lEY'cl TRANSVERSELY, 4PJD HAVE A L>cJIFOR?d LONGITUDINAL SLOPE FRGM TF;E l!FPER ENJ OF THE 6ASIN 70 THE OUTLET. 5. TF;E AiANHOLE SIALL BE PLACED ALONG THE' BACK V/AL.L NEAR TH;: UUTLET. 6. THE %i1'TLET PIPE StIALL EE TP.!SiMED TO FINAL SHAPE ANU LENGTH EEFGRE THE CONCRETE IS POURED. 7. ThIE REINFORCING STEEL SMALL BE NUh1SER 3 BARS lX$.ESS OTHEF;';+ISE SPEGIFIED.GLEARANCE SHALL. BE I~~ INCHES FROM T.;"t BOTTO'2 GF THE SLAB . 6. STEPS ~ 3/4 INCH PLAIN ROViNC GAU'ANIZED STEEL STEPS SHALL SF INSTALLED IT RJGHES APART WHEN V EYCEECS 4 FEET 61NCHc5. THE TC? STEP SrWLt. 6E 6 INChtES BELO`:7 THE SURFACE AHO S~1A LL eE 2~ ItYHES CL'c AR FRO!.? THE 1YALL. Q;LY QVE STEP 12 INCHE9 FRG;9 BOTTOM SHALL 8E CJSTALLEO IF V IS 4 FEET 6 INCNES OR LF_S S. THE STEPS SHALL BE ANCHORED NOT LESS THAN 4 INCHES IN THE 4YALL OF THE BA:'~: J. 9. FGR DETAILS OF THE CATCH r^.ASISJ INLET, TGP SLAB, SUPPORT BOLT, PROTECTION BAR ,ALTERNATE A*;CHORS,ANO STEEL PLATE ALTEP.PJAT F., SEE STAND 3RD PLAPJS NOS. 8-3625 AND 8-3651 OR THE STANCC.RD PLAN SUPS RSED;NG STAPJOAnu PLANS NCB. 8-3525 A;,O 8--3651.STEEL CASTINGS, kllLU-TO-31EulUbi STRENGTH, OF 4-FOOT RADIUS ANC LUKE SECTION SHD,'_1_ EE USED CYt THE CIRCULAR AFC PORTION OP Th,E CATGH EASIN OPENING IN Pl CE OF Ti'.E BULB ANGLE CR STEEL PLATE ALTERNATE. THESE CASTINGS 54ALL DE P_VELED AfJD PUTT SL'ELCED TO THE PROPER LENGTH AND TO A TRUE AF,C ANO SECURED TO Y'-E TOP SLAB 6Y FIVE TYPE "B" ANCHGR.i, ONE LGCATED 2 ISJCiicS FTtCF.t EACH END U' TteE. COI'.;?LETS CIRCULAR ARC CASTItGS Atw'7 THE GT HER THP,EE EVENLY SPACED BET\9EcN THE Ef:D ANCHORS. 10. THE SU?,FACE CF ALL EXPOSED CUJCRETE SHALL GGWFOR.*.! TO SLOPE,GRADE CO! CR FIY!SH , dFdO SC~"/21NG IN THE EXISTI:'JG OR ?ROPOScD CURE AND t1'ALK ADJACENT TO THE BASIN, II. TRANSITICN~ F;rR DETAILS SEE STANDARD PLAY N0. 5-3649 OR STAND: '2D PLAN SL'PERSE:DING 8-3649. 12. THE MODIFIED ORiVE"r.'AY SHALL BE CONSI"RUCTED IN ACCORDOJ;CF WITH DETAILS SHOT'?.J HF.RECN AP!D CASE 3 OR CASE 4 pF Si ANDARD FLAP; N<i. 0-6873 OR STAtDARD FLAN SUPERSEDING D-6B7S, UNLESS UTtiEn':ViSE SPECIFIED ON TKc IMPr^,U VE!,IEPJT PL:.N. _ _ u ~:~ i+ ~ °~ F. J, DCf?AN SUBA-0!TTFO,._ _r!%,fr~/• ~~.,~-- -.- - !SSG GT NN EY BY c, ~`i y~ LTHG ,:ASIAN c4",i~ ,. :-, .4. ,,,-`-~-- CNEC~'ED BY A V"" ION FR FFARE^ Bl _ cV/~ 7 t H L PST", ..}~_ _-_.____._ _____..- .^_. ____, UEPARI?.'cNT OF PU?LI~ ~:~1~i~a'.~ 'a:~~. C1.7 ~ Gf~.i~ri~..~i{P3~~ n ~:~~ APFP.OVEO ____ C/_,': ~l s% _ I?GS I ~ r/i- /// ~ G 4Kf• C _I f~44 _ fir} h~ U j~ h"~; ~ ~.^ -., STA'v~AFtD PLAN C? J7fI' f ~!~ ~ ~~ ! 7 V-2~ G-6^f'~~, E~Ib ~6",6~,GC-~L6"5^i 5~~.6~~5,~6"~G;6 ~6 ~>`ir~I F~~6'IS'~6' (~'2~ 4 - - ri r STEEL CA~ ~ 1M Th G F^ A AR p,4 c POR (IrN ~-~-~-` ~ F--- I _ T' T I f T ""-'I J OF TtsE GATCN Da N OPE ~ ?ry ~ I LL PE ScC .rZED ~ ~ ~ i- ~~ J + ~~ `~.~$Ft~ I~ ~~ ~ - u? IN PLACE DY 3 TYr'E D :,M0'2S nt.U ?4E ~I ~t I ~~ - -~~--}I~-II I ~ ~e~ SUPr ORT £.u PLAOfD 2 FRC:A TNC B G..,CE tJOTE 9 -~ r I ~ i' '"I-~ i" t ~ ~ ~~~1Y_ - ~ " ~~„ „~. ~ SUPP0F2T BOLT- ~-1r8'x 3'^4 x IG`6 ~LV.^,yIZEJ "~lkD ANGLE OR STEEL ! L.PL.1~iE .'ILTERI:aTE V1+18"IOriG '` '"--°~ TOP SLAB REINFORCING P`AFi I STR GRr NFI ~~ ,y_ j I~,iG ~22•^---~ (7R ANSITI0SJ -- E C. ~ 1Q~L_,_. _~_li~El`.~- PS_. ~-_ /1 `:_ E NOTE I I F o~cua+G1 c~r~E' ~~//iJi -- II DOWEL~--- won ~~!~ ioJ I -H ;T )il A W ~ ,a rrrrrr;;;;;;vvvvvv~~~~ / v l ~ .DOx'EL u. ~- --~Y J ~~ 2 Vert. Edae Rcdlus~ 3 I r ~~'4~1---~~ A V nGl ^ ~~ ~~ ~ ~ rf ~. I ~ ~___J _4_ _ ___ .-,-__ -_-__ _ ' ~ - _. __-.-- '1 ___ _ _ _~,_ , ~r __~ 1 _ --- - --L1 ~~_R_a11 STD. I ! \l~Yf ~ARPED o: STD. I GUl'TER G ! ' ~ ~ c P 5\`z~ ~ ~ GUTT£R~ ~ yr? ~ ~ GUTT,.R L..._ 4• -_-_ _ W -__-_~_ J J ~c I ~LAra A±OOi F!E'D 0nIVEW7 !'~ SEE NOiE 12 ~ 42-1 Ci u ~-- P - I- -- 4^ ---i-- --- - W 3r --1 T^G r? OF CURG~ I I~ _ I TOP OF CURB _~__~j[ r____T.c-=--___'~_~- -7~.Z+"~-,.C_, ~ ~T.1~-1; 1~004YEL CUTTER LINES r, :?,9~`V - `` --~; I ~~~ i I -L-GUTTER LINE `~.~ ~ '1 !~° SuJport Dolt --" y -71 T ~I T I \~ ~ ELEVATION OF I I~ ` ~ rlI ~ , C. D. OUTLET > I I r__ TABLE. A \~r?: ,,,` ~o; I `-' ~~I CURB FACES SHALL DE AS FOILCWS UJLESS ~~~ , j I I~ i~ OT HEft_V_I;SE SPEC!FIcD ~~I ( II II ~ PT. o b c~d I ~Zt--1-4-Tn I kTm '~ ,i~~ ~!! CF. lii 3: -}- ,~___7 i a „~I B" ~ y.,L~-.-r-s.. `- _ _- -`~ ~_~ L. - SECTION A-A TRavs ~~ICN [j SEE WCTG II c:l L___.-- -_-__.-___-_,___.--.__-_-_. N' 14 3 DEF. BAR ~~ ~ t 9 ~ l -~ $TnNDaRD FRAt,!E 9 COVER ; I I` 8~-~ q Z r I DETAI F ' ~( - -- ~_2~ T-"~ •' ---- L O DOY EL I ` __~(y\6~~ ON CURV~_"_ Y _~ W " '1 4 - SIDEVdALK SLOF~ - __ ~rr~--~- TOP SIAD ~!j~--~-GU iiER -__ ~`__ I, ~~-_~ I PT. J I G~]DELI wJt"ER ~~~~_ ~- _ ~2. GUTTER LINE!~~ '----~ -}---_--~-~'Y iAT BASIN GP<NING) _~-• I~El ~h~-~S-G.F-~- 1~_~-~--_.-_ SECTION E-E ~----~ _ 'T ~IDEwaLr -.L cae ~^ __ __ SEE TADLE A P --~ ~ ~-'t'-" \ I "'~"-___ QTR GRADE l '~~ - i ~ ~I ~. °~ ~_- ~~\ ---- ! I ~ I ~..1 ~E3.~D I .,EE TA B'..E A i~---.5 P3 ~ J SECTION 8-B SECTION C-C SEOTION FF SECTION D-D QEFARTF~iEAlT CF PU9LIG NJURiCS --~^ -- _`~ _ euk~au c_~ er~c~rFyrr^, .._ clTr~.~~_~x~F~~ -- C?~~Cr~"~ ~,~Slfa i~~i, °~-~ _~~ D__i'~_~~aE ,1~';'!~';e~ STAND^RU PLAN DESIGr ~L 8Y ~ - -` ~ n / F.J. GOP_ 1_.J c u!`I T~) n ` ~ ~''"- 195'8 APPP.OVECJ _ :~/! 7 r ~~ ~ ~A}1~.15~6 ^/gM~q~_/~ DRA\i.J BY qy ii ~ ~.~. _-ti ~//~/ ~~ / ~!,~ ~ d ~ 1 i f 1. Th A IAi\ c ~f.rE nr ,* eu c - - - o:».~ ,_ a e A~ V E' 7U JeV P!' PA•'IEU 8'(w ~~ ~ ~ ~?:,,.dam _ _~t'._Pi^ ~. w - "~ '_t V-31 ~~ A ---~--26~--{ ~ S"'I Tt-=1_, IT`I ~~ ,-~i -~ ut'N"13` ~ '~^ i? I I I C OUTLET I I ~ I I I I I._U tR._ .~-. m--+ h t--+ w Z I -I .-~ -_..-. -ft_ - x ~ ~I e. I I ~ ~ PIPE ~ I i I-, F 1-~i-- U f~~ ___~_j_B___ CONCReTE ICURB-~~ COLLAR -=.-I~ 1..=_ DETAIL "B" ~-+-A PLAN r---A LTJ 3"-~ rl I ~ I ~R=3 z N a ~ r m 2 Q L ~I -~- ELEVAT-ION OF C. 8. OUTLET ;m J Z ~=~ W r- o ~~ w F- -J c_ r w U 4 J w I Z J F- ~. op ~a i I~G? I I ~~-. I I ~. {~.-.t..~... ; ; ~ PRECAST; I I I TRANSIT ~0~ j~.l~. ~. I ~ I L)' I I ; I i ~-~--`~ ~-o.-Q ~L rSLOPE OF - CUTLET PIPE ~ PROFILE Ca~s~~ ~A"ODIFY TOP, BOTTOM, SIDES AND Eh'D 15'ALL OF CATCH BASIN. PLACE STEEL RADIALLY IN ~ TOP OF SIDEV?ALK SLAB. vl r41l~" I ~C m~ F mi w - ~I ill F~/^j ~ ~ } >I T 7 ~ X+I ~ / y L''i 1 I \ ~ C_ C <i I - ~ ; ~~ ~~~ C ? I I ~~F 3 L ~?~ 6.' "I e ~~ ~, > E I I~ F QJ I ~x ~ti ~~ ~' ~ m ~ (-Yi I C 1 .C ~pk 5~ ~ ~ x i v ~ ~i h Op\~G I v +, PRECA 1-~ a`v ~`~- ~ ~ l o TRAN~I rQ ~. `~ \CURBB~ V I I I CRETE /~ _ i COLLAR ~~ < ~B~ (/ _ DETAIL "B"~ ~ ELEVATIONaOF ~j OU-i LET P!Pc LC. B. OUTLET L ~ ~ PROFIL PLAN ~` B" BARS, ~ 5 2 ABOVE ~+ CH' 2 BELOW OPEr!ING MINIMU;.1 OF 4 - ~` 4 TIES --~ON SIDES, T'0? & BOTTOM LMAXI?AUM SPACING IB" D...• ~{L" SHALL NOT EXCEED 24" "A" BARS ~ ~ ~L~ ~ 4 ~ a.. >~7 +r~~ -} -r T OUTLET •~ ~g ~' o I --t61 -I+-~"- :'~ PIPE 'I ~ `~el ~:L F_ I- ~ I D ~`A" BAPS 4 ~ 6" ~ ~" 3ARS - mac" BARS ~`a C, Iz" PLAN SECTION D-0 STEEL REINFORCING(`'~~~°-^^~~ , //,, MONOLITH c{+~i~ NSI~iT10N SF.E NOTE - I m _ , 1.2. a _ rq LLI J ~ -- wn 0. F wr_ a of--T-2 ~G cl UJ H QU J U U f- ti c I I .. o TIO~I i f °' ~j~ 'L~J~ ~, °T°2 - SLCPE OF OUTLET PIPE f"'--------------~ 1 I ~ ----------~ I I j I j I I 1 I 1 I I I I I I I I I I I I ~~ 1 I I / I I I i ~ i I I I j L-- ------~ I L--------------~ SECTION A-A TART F - A D a" [i ~ F ~ Ya ! , l I I . ~ r " l la" 21" s~ ~ ,a i- 45"~'~'t 1113/3 I 10" ~3^13E Is s a" a~Ja"j 21 _ 45` .,8 I 7ya" ~ 5" ~ 24 24 27" 37` 33 I 4'~ ~ 45• Sn ~tla' 30°;D 1 _01~ 31i2 I 2'~ I_0 ~ E SECTION C- C ~ ~ I ~'.\ I I SSE-2 ~, J PRECAST TRANSITION _ SHALL BE REINFORCED FOR (1250-D) FOR p+I R.C.P. SECTION 6-B TA_8LE - B D =IB"~21" 24"127' 30' G 7' i 7" 71J2 8" 8" "L" SHALL NOT EXCEED 24" MINIMU'd OF 3-~4 ~A" BARS. MAXiS1U~d SPACINI# 6" _._. B~ - I L'-"~-1 5 r ,1., MINR.4UM OF 4 - 4 TIES .A ~ - - ON TOP SIDES F3 BOTTQ'A. ~ `~ 1 6" MAXIMI)M SPACING ' la' -r~r' PRECAS"f TRANSITI~~-- - I t~}~~~i ° CPIPE T _ ~,. I -II-~' ~;; ---I MiN1MUhi Or" 2-~4 "D" ~; ,~J6° BARS. MAXIMUM B- SPACING = 12 " _~~~ ~r ~ I-`! T^ Dr~.4ii.. E' SOUARE CONCRcTE COLIG.R OF PUBLIC ~ BUREAU OF EN•5!NFFRIP!G____ _____ CffY OF LOS AN _ DESIG`JED GY ~ ----- i _ - !c ~?-~~ !`ti56 T APPROVFr /~/~';:~ /~ _ 1956 Sl'pMITTLD_ ~ F. J. OORAN Oke VJN BY ~ - T ...ic> l~C~4c ~=' ~/~ II~ ( LG1<1' r,:C{%1"- --- . E. L. coea_ . . - --- -- ENGINEEfi CF STC~~;a ~riAiN CE SIGN w DEFUT'I FNC,:NEER (CESIGNI r,, ~ / ~ ~ ' ' ~ CHEC,•:ED BY FREPARF.D BY - T~-'--- - ---- , ~.'- :'t~" ~ ~1 -1?. .------ '~ N A.tVESTDN ENviNF.EN 'J~ 1/, a:=E 6 `UF`7E1' L EITY ENGIf~Ef. S_ sTnNOAR~ PLAN ~'~~~~~ SF{EET I OF 2 SHEETS r b ' ~ V-32 W ~'~ }. ; J 'r 3 ~t 0 ~ I~ I ~i ' jQ l#B A:;"vLE DUX 32•X IG ~' _~.-..__..__._...__...._-.._..___ ._..,....~.._~.r_-..-.~.~..~___~.-_--.~~...~~.. REINFORC:t;G STEEL PER APFLiCA ~! E STANDAPD - (• WADIUSPLAN OR AS DE TAILED OTNERw'ISE. I' I•,(~ WELD Df.RS TO tir(,LE A' O.C. IN CUT FLANGE ENTIRE A~~ LIEU A= TYPE ~B~ A,yr--}:G ~lJ LENGTH _~ ~SIOEWALK S_0 E x ~\ d ~ u ~ ..vh ~ . / v c ' ^ ~ v /f ~?;,\ tt v -Its ~ ry. •,'.. { y. . 'p /... A~~1 ~b V+ ~ 1~ b C~. // a + / 4 FEND d D-'FS NG' WELDEU T p~_ ~. ~1.'%' I~ MC:E I'~ A7rGlE - ~ I ~° ~. ~ ~.'. . ' (`_~ 'ADJUSi'Ih^o FJTS TV E TIGHIENEA '~ V v.,p-' u~ At.D °ECUr' U Ir FLi Cc WHEN BULB /~- ~----~ 15~ e~ \ -ANGI E IS IN FFO H PCSITIJN. ~lT \\ t/2~ f STIt:RUP (SEE NJTE 2) NQ i ES PROTECTIOF. BAR (sEE tiUTE 19 D) (li WH.N CVR9 FACE CXCEEDS 9%±" A PLAIN ROUND STEEL I ~ PROTECTION EAP, I" IN Di A. SHALL DE IN$TAL!.ED. EAR j SHALL DE Ehf9EDDED 5~ AT EACH END. . I (2) A STIRRU?~ 5HA1_l BE WELDED TO EACH 6017 WHEN A 2 I': 2O'SU. I;OnT b(!i PROTECTiO.'; 9AR IS RECL'IH;:~J. .• D,. ~ WITH NExe.GOrrAL Nuis l31 T 8~ MIN. WHE^; LEN;TH OF OPEN!r;G EXCE:.OS T-O'. . I (SEE NOTE 71 (4) ALL EXPUSEO h:FTAI_ P:.^.TS SHALL FE GALVA4i7Ev. ' I (51 WHEN REOUIREU BY LENGTH C- OPEFald3, EUL9 A"iCLE ' MAY 9E DELIVEkEO i.: SECTIC~`;5 ARD i.'.1TT 4:cLDED IN PLACE. ALL GALVANIZING DA'a ^,r,ED DY kELD^;G SHALL ' u RECEIVE TWO COATS GF AlU3!!NUP'. ?HINT, .~ (6) TYPE A 0:2 TYPE B ANCHORAGE 61f." C'E USLD AT ' ~ ~ ~ V GONTFJACI'O?S' 0^71OH. ' I (7i SUPPORT BOLTS SHALL E'E INSTAL, LED 1"IiEN LENGTH GF OPENING EXCEEDS ?'- 0' ANO ;HALL 8E SPO.CED Ar NOT a,3 MORE TNA.N 7'-0' 0 C ~ D N ~T LES THA`. 5-0' 0 C. n (9) W}!EN PROTECTIO'J 9AR 1 cGG RE/ ANJ LENuTH CF GPEh!NG IS 7-0° OR LESS Sr,p BR 5~+?_L F,£ LOCATED . ~ I ~ 5° 9EHIND f.UFS FACE :.NJ 4" A6O4'E GUTFER FLO~d' LIiJE. . .- T __ ~ --_.-__, ,,, ~ ~ .., EPJD OF BA4S NDT WELDED ~Y 3 ~TYPI,;AL .~ I\\~\~/ / / ': l,y_~ SEA"i !ON Of~ BASIN !HEFT WITH TYPE A BULE3 ANGLE ANCHORP.G= __ e•-_ ~ REINFORCING STEE'_ _ (SEA NOTE PY VIEri' ABOVEI -AITERYATF. ANCHCRS •~ ~p,l __ _ _ --. ~_ _- ___ _ -~--__ Y I- _ __ _ _ _~ -_L_ _ _ _ ,~ ~ _~ L-__-~_..--__ ___..__-_.__ ~_ 1 2 j STEEL At1C1i0F. 12' G.C. 1.7a%. A! TEPNf 7E AS O:iO'H:i. PLACE ANCHORS PER SYPLICABLE STANDAPO PLAN OR AS DETAILED OTNERW6c. TYPE 8 NULB Audi,! E ANCF+.ORAGE DcFARTr~"~!vT 0~ P:IEiUC WO MKS _ BUREAU !K Eti ch)EERINi_,~_..- _.. ~_~_._.~,~...` q7y ' CATC,-t BASI~v I!~!' r"i .~``~~) fCi~' `°L~aB DES G`•cD DY __.__.-._._ / ^ -]~ _Tr__V._._ H. DONO SUL:).T TED ~ _?„~+:v1^ ~°:7_ I?55 AGYPUVED Y ~.,I ~ ~ } }fir-y. ri?~__ PCH DFA'J%IJ aY EY----- ~~C~~,.r.<,. E~ur, c .......~ GF ,~„w~ E: L_;_.CO39 ~s. APPRO`dFG _~a _y~..__iy(~,.`• CHEtx"D DY ~ '7 n Pi:PA F; F.D OY ] ~/ti 7->/ p~J~, _ ~' / .fit ~H fl LN G".1 L CVEY,N. G" _.AV G~ S~fY R kiGZN -"i !~ ~ ~ ~~(~~ 1 /`~( / /]•-' 57ANDARD PLAN B - ?i J gJ'~r . ..iPF_R SE DES D-;625 •~~ ~ f ~J- 33 _~ '~R s~~ I I I I nl ~' U~ =1 z~ u o. c~ f 4~ of erj ti r-1 a~ '~ e • i ~ . ~ e ,s .: ~~ ./ 3„ i /~ Y~l -- I lib' HOLE ` `. ~ o'• j ~ _ \ ~;'~. '. b'. :~.,~ e .~ r i %~ a gyn. y i ~, ~ ' ~ •~~ ~ ~..~^ .~ ;3;.\ ~' dy _ 1 0 ~ , 1 ~ ~ ~ ~ 1 ~ t ~ t ~ ~ ~ t ~ ~ ~ ~ ~ i l .~;~' ~ ~ ' i ~ a :. .: ~ •-~ ~ •' ~:c~;; . .' ._.!.YL._J\~ :~ Q 2y, -I% a ~ I ~sx 10~ STEEL PLATE FOMED AS Sl+O'rtN. NOTES ~-THE S7EE!_ Pt.A7E AL?ERNATE FG2 GATC~I BA;i`: INLETS SHALL BE FAEB!CA7 ED FFcv6t ~~- x ID UNI4ERSAL 1dILl PLATES. TN:S FLA7E ,tA O,Y gE U>'0 AT THE GONTRACTCRS OPTION !N LIEU Cr 1'HE g°x 3S'Z x i6~ BUL.B ANGLE. 2-FOR ANCHORAGE A:`yO OTHER D'.TAILS SEE STO. PLAN N0. 8'3625 OR STANDARD PL."".."; SUPERSEDING B°3625. DEPARTMENT GF PUBLiG ti'd'ORKS ,_,_ BUREAU OF CNGINEERING ~-~ CITY OF LOS AM3ELES C/~TC~-i B,~SI(~! IPJLF_,1' - S~I EEI~ P~,af E J~4 ~i: I~I~Jr,TE". STANDARD PLAN UESGNLO EY E.1.DORaN SLE"d1T1'ED_~~~iv >.5~-._ 1956 APPROVED_.__t,~!1'~_. ~~~ 1556 E RICH ~ ~ _ _"- 3Y ~ ~~,..._ __ _ J~ ~I rr r1 s., r DRAYlN BY [µ„ti~rR pE STO-+ D11 M UE5104 ~/,/~7 / ~ ~ IJ ~ `1 ~ "~ (rj L_THOMASIAN APPRC!VED "~`/~~,~~'~ (~ *~ ~'~Ir~.___ CHECKED GY ~*=~ c'~~_~?r~_i14v PRc'PARED 6Y- -- _ _- __1y,1~2rJ,.1 G1_r ~._~_/r"-- FJ.DORAN [td f,IHEER ~ MnAS PSU~YCY f1 T. ~~E i-'FE R.. .. e....~._. ........~,~.. »:...~.....-_~..:.r.....~.a,..,,..,..,,.....,~.~. ~ ...... .: .... .: i Forir Igo. C~~ lU2 7-66 CERTIFICATE OF CITY FINANCE OFFICER Certifi.catior: of Unappropriated Balance I HTRET3Y CERTIFY that the mone~~ required for the appr_opri_atior. of funds for the purpose set forth in the attached resolution is available in the Treasury, or is anticipated to come into the Treasury, and ~ otherwise unappropriatod. ? C t li-~< s ~ c ? f ,r~ Amount $~cf, C_' ~j`~> ~/_ r^und C {~~; ~~~t ~~1~ C-/~~~i~r~C' ~<~.~ ~~ / Purpose ~_ -:~T~>t'--~~ __ __% ~~-:~z<~~' /jlL. L ~a~? ~i`` `>`"" Bidder _ ~l7 ::~_ / /~iC ~-~ _-- .i`r_. ,~-- flv~ ~.~ Finance Of_ ficer The City of Chula Vista Date ~r By Certification of Unencumbered Balance C FIERE3Y CER~PIFY t:~at the indebtedness and oblict- ation to >,e incurred. by the contract or agreement author- ized by the attached resolution can be incurred without the viola_ticn of ar~y of the provisions of the Charter of the Citz; o.f_ CZUIa Vista, or the Constitution or the laws of ti7e State or California, that sufficient monies have been anprcpriatF~d f.or the purpose of said contract, that suffic,~.ent monies to meet. the obligations of the contr""act are actually .in the. Treasury, or are anticix~ated to come into the. Treasury to the crec~ii.t of the appropriation from which the same are. to be drawn, and that said monies now act.ua7_ly .i.n tpre Treasury, together with the monies antic- ipated. to come into the Treasury, to the credit of said appropriati.or. are otherwise unencumbered. Amount Not. to Exceed $ Finance Of_ f ficer The City of Chula Vista Date Fund Purpose E~idde.r i 3 - ~„~ By Dept./Activity Certificate No. CHANGE IN CONTRACT ORDER NO. (~NF Drainage Facilities, Hilltop Drive from "J" Street South Contract DATE July 25, 1968 M. Arrieta, Gen. Engrg. Contractor ~TOB #05-67036 The following changes shall be made to increase the contract dated July 10, 1968 between the City of Chula Vista and M. Arrieta, Gen. Engineering Contractor. REMARKS AND DETAILSs Relocate B.C. of 30" R.C.P. from Sta. 8+57.7 to Sta. 8+33.7. Relocation necessary to clear existing water main. Contract item changes ITEM 10 - 30" RCP, decrease from 908 L.F, to 904 L.F. @ $17/L.F. _ $ 68.00 ITEM 12 - 4" PCC, increase from 2073 S.F. to 2323 S.F. @ $0.60/S.F. = 150.00 ORIGINAL CONTRACT PRICE $~~.n7a_~n Previous Change Order Noso$ NONE Revised Total Contract Price $29,156.80 This Change Order No. 1 $ 82.00 It is agreed by the undersigned that all extra work shall be performed and materials furnished in accordance with the original contraact and i.n accordance with the statement, if anyo attached hereto. TOTAL CONTRACT $ 29.156.80 _~_APPROVED BY o ACCEPTED B5~ s DERED BY a ..~ vim, ~, : • ~,- - ~~ s / ,~ Engrg . G-1 !`~_ ~"~ g