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