HomeMy WebLinkAboutReso 1968-4843Form Noy 312
Rev 8-67
RESOLUTION NO ~ 4843
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA
ACCEPTING BIDS AND AWARDING CONTRACT FOR DRAINAGE FACILITIES
IN EAST MOSS STREET AND MELROSE AVENUE, APPROPRIATING FUNDS
FOR SAME, 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 five bids were received and opened
at 11:00 a.m. on the 16th day of July 196g in the
Office of the Director of Public Works
of the City of Chula Vista for drainage facilities in East Moss Street
and Melrose Avenue
Bc~SIC_ Rich
Paul Hansen
Cameron Bros.
M. Arrieta
Ha ~ Bros .
L. Castillo & Son
$32,771.58
29,569.00
32,823.42
51,255.80
and
Alternate Bid
$33,604.46
31,938.20
WHEREAS, it has been recommended that said contract be awarded
to the lowest responsible bidder, M. Arrieta
who has assured the City that he is a licensed Contractor
in the State of California and can produce an acceptable performance
bond.
NOW, THEREFORE, BE IT RESOLVED that, the City Council of the
City of Chula Vista does hereby accept said five bids, and does
hereby award the contract for said drainage 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 Vista-
BE IT FURTHER RESOLVED that the sum of $29,569.00 be, and
the same is hereby appropriated from the unappropriated surplus of
the General Fund for the purposes hereinabove set forth.
BE IT FURTHER RESOLVED that the Mayor
of the City of Chula Vista be, and he is hereby authorized and directed
to execute said contract for and on behalf of the City of Chula Vista.
Presented by Approved as to rm by
~~
Lane F. Cole, Director of Public George D.% indberg, City Att y
Works
-1-
ADOP TEP AT'D APPROVED by the CIT~' COLm'CIL of the CITY C!F CI'ULE~ v ~ I'~
CALIFORT~IA, this 23rd day or July , 19 68 !-z;~ the rolls:-ins ,.~:~~~t=~y
to-wit:
Ay~'.~: Councilmen. Sylvester, Hamilton, McCorquodale, McAllister, Scott
°P?AY?;~ : Councilmen None
[?r:S~:'T: Counci lnen None
C~
G-
Mayor of the City of C is ',>> t:~
`.
ATT=,~T `"
t. ~C_-t_---c -.k
Ci tv Cler~~
S'IATT O'' CAL i FORM IA j
CO~i'.: L" nF SA' DIrGC ) ss ,
CITE' OF CHULA VISTA )
I, '~~P't~'ET'~ ~. CA~~PBELL, City Clerk of the City of Chula ~Jistay Ca1~fnr_~ia,
L~0 ?~_EF.EBY CF_.PT?Fy that the above and foregoing is a full, t7°ue and correct c:~o-; of
and that the same has not beer a:.en.d:d
or r~n~aled,
r,T~I':
City C1err:
,'l ~ .~
L~ ~~->~
C
1
DRAINAGE FaCILITI$S IN EAST MOSS
STREET AidD MELROSE AVENUE
1
June 28, 1968
ADDENDUM #1
Subject: Modification of Terminology in Proposal
Various classes of R.C.P. (Reinforced Concrete Pipe) are
shown in the following bid items of the Proposal:
Basic Bid - Items 1,2,3,4, and 5
Alternate Bid - Item 2
The reference to pipe class shall be considered as deleted
from the Proposal. Pipe strength for R.C.P. shall be in
conformity with the "D" loading as specified in each of the subject
bid items in the Proposal.
Please acknowlzdge this Addendum No. 1 upon the last page
of the Proposal under the date by writing tree term "Addendum No.
1 acknowledged" and initialing. Initials shall be affixed by
same person who executes the Proposal under "Signature of bidder".
Lane F. Cole, City Engl. r
~~ - i ~~~
S #1
SPECIFICATIONS FOR THE CONSTRUCTION OF
DRAINAGE FACILITIES IN EAST MOSS STREET
AND MELROSE AVENUE IN THE
CITY OF CHULA VISTA, CALIFORNIA
~,~~
CITY OF CHULA VISTA
STATE OF CALIFORNIA
NOTICE TO CONTRACTORS
SEALED PROPOSALS will be received at the office of the City
Engineer, City of Chula Vista, unti 1 11:00 A.M. on ~~1Y t6+ 1968,
at which time they will be publicly opened and read for performing
work as follows:
The installation of approximately 1,000 feet of 24" and 30"
culvert with appurtenances in East Moss Street and Melrose Avenue
in the City of Chula Vista, County of San Diego.
No bid will be received unless it is made on a Proposal Form
furnished by the City Engineer. Each bid must be accompanied by
cash, certified check, cashier's check, or bidder's bond, made
payable to the City of Chula Vista, for an amount equal to at 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 with 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 work 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 than 12 yards ........ 4.89 39.12
Foreman shall be paid 30~ per hour additional
over the highest classification supervised.
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 when
employed .............................. 4.325 34.60
;~~
CLASSIFICATION - _ PER HOUR PER DIEM
LABORERS (Continued)
Concrete Curer - Impervious riembrane ........ 4.415 35.32
Asphalt Raker, Ironer, Spreader ............. 4.435 35.48
Concrete Saw Man (Excluding Tractor Type).... 4.435 35.48
Flagman ................•..................... 4.225 33.80
Laying of all non-metallic pipe including sewer
pipe, drain pipe, and underground the 4.535 36.28
Cribber or Shorer ........................... 4.585 36.68
Making and Caulking of all non-metallic pipe
joints, etc . ........................... 4.415 35.32
Foreman shall be paid 304 per hour additonal over the highest
classification supervised.
CEMENT MASONS (Health and Welfare - 24 cents) 5/1/68
Cement Mason ................................ 5.20 41.60
Foreman shall be paid 37 1/24 per hour additonal over the highest
classification supervised.
IRON WORKERS (Health and Welfare - 28 cents) g/16/67
Reinforcing Iron Workers .................... 5.83 46.64
Foreman shall be paid 454 per hour additional over the highest
classification supervised.
OPERATING ENGINEERS (Health and Welfare - 30 cents)
• 6/1/68
Air Compressor Pump or Generator Operator ... 4.68 37.44
Tractor Operator - Dragtype Shovel, Bulldozer,
Tamper, Scraper and Push Tractor ....... 5.46 43.68
Grade-All Operator .......................... 5.56 44.48
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 44.48
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 354 per hour additional over the highest
classification supervised.
,-
~;~ ~~
No bid will be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3, of the
Business and Professions Code.
Plans, forms of proposals, bonds, contract, special provisions and
specifications may be examined at the office of the City Engineer,
Room 117, Civic Center, Chula Vista, California. Copies of plans
and specifications may be obtained at said office upon payment of
3.00 If payment is to be made by check, it should be made payable
to the City of Chula Vista.
NO REFUND WILL BE MADE.
The special attention of prospective bidders is called to Section 2,
Proposal, Requirements, and Conditions forinstructions regarding
bidding.
The City Council reserves the right to reject any or all bids and
to waive any irregularity or informality in any bid to the extent
permitted by law.
CITY OF CHULA VISTA
~~.
-./, ~,
.! ~ 3
Lane F. Cole
Director of Public Works
DATED: dine 2A~--1Q68
l) i ~ ; .-~
PROPOSAL
To the Honorable Mayor and City Council
City of Chula Vista
The undersigned declares that he has carefully examined the plans
and specifications "FOR THE CONSTRUCTION OF DRAINAGE FACILITIES
IN EAST MOSS STREET AND ME LROSE AVENUE" and that he has examined
the location of the proposed work and read the accompanying in-
structions to bidders, and hereby proposes to furnish all materials,
and do all the work required to complete the said work in accord-
ance with said plans, specifications, and special provisions, for
the unit price, or lump sum set forth in the following schedule:
BASIC BID
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
1. 622 L.F. 30" RCP, Class IV-1500D
a
____t_
(Per L.F.) (L.F.)
2. 168 L.F. 30" RCP, Class V-2500D
~~
(Per L.F.) (L.F.)
3. 206 L.F. 24" RCP, Class IV-1500D
~-~~ ~~ $ ~~ so $ 93 p n
(Pe .F ) (L.F.)
4. 56 L.F. 24" RCP, Class V-2500D
1
(Per L.F.) (L.F.) L_
~~ ~
i lI ;J.
Proposal'(continued)
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
5. LUMP SUM 5' transition section,
24" to 36" RCP, Class.
V-2500D
~~-
lei ~~I ~-a J a o 7
(Lump Sum) (L. S.)
6. 2 each Cleanout, Type A
~/ ~-o ~ $ 7 7D °~ $ /, SAD .~
(Each) (Each)
7. 2 each Cleanout, Type F
~'Q~ / $ ~ ~0 n O $ ~ 3L~0 o O
(Each) (Each)
8. 1 each 15' Type A-2 curb inlet
~~_ ~~
~~-~ m A 0 O
(Each). (Each)
9 1 each 15' Type B-2 curb inlet
~iyr..-e.-~ ,ti~J .
C7-uoQ~ a~ ~ o
(Each) (Each)
10. 33 L.F. Transitioned curb &
gutter adjacent to
inlets
UO vo
(Per L.F.) (L.F.)
~ ,.. ~, ,
/'t_
Proposal continued)
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
11. 2.each Convert existing "H"
inlet into 10' B-2
curb inlet
.}~2~
,~5~ ~~ ~J $ 6O eG $ r ~ an o
(Each) {Each)
12. 5400 S.F. Pavement replacement
Per S.F. ) (S. F'. )
13. LUMP SUM Wing headwall
(Lump Sum) (L.S.)
14. LUMP SUNI Remove & replace cross
gutter segment
(Lump Sum) (L.S.}
15. LUMP SUM Remove & replace mono-
lithic sidewalk
~~ nC pG
(Lump Sum) (L.S.)
16. LUMP SUM Clearing & grubbing
drainage channel
~~ ~~J
new
(Lump Sum) (L.S.)
pD ~ p
Proposal (continued),
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
17. LUMP SUM Rehaybilitate land-
scaped area
-~<~--c?
/t--~--~~ Cam-'-~sQ~ ~ s e ~ c~~ ,
(Lump Sum) (L.S.)
G~
BASIC BID GRAND TOTAL ~ 7~ ~~
ALTERNATE BID
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
1. 759 L.F. 30" CMP, free-f lo,
14 gauge
2.
$ $_
(Per L. F.) (L.F.)..
47 L.F. 30" RCP, Class IV-1500D
$ $
(Per L.F.) (L.F.)
3. 262 L.F. 24" CMP, free-f lo,
14 gauge
$ $
. (Per L.F.) (L.F.)
4. LUMP SUM 5' transition section,
24" to 36" CMP, free-f lo,
14 gauge
$ $
(Lump Sum) (L.S.)
5. 2 each Cleanout, Type A
(Each)
6. 2 each Cleanout, Type F
(Each)
$_
$ $
(Each) {Each)
/% ~ 7~ _~
Proposal (continued)
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
7. 1 each 15',Type A-2 curb inlet
8. 1 each
(Each)
15' Type B-2 curb inlet
(Each)
4. 33 L.F. Transitioned curb &
gutter adjacent to
inlets
$ $_
(Each)
(Each)
(Per L.F.)
10. 2 each Convert existing "H"
inlet into 10' B-2
curb inlet
(Each)
11. 5400 S.F. Pavement replacement
(L.F.)
(Each)
$ $
(Per S.F.) {S.F.)
12. LUMP SUM Wing headwall
$ $
(Lump Sum) (L.S.)
,~ ,
Proposal, (continued)
APPROXIMATE ITEMS WITH UNIT PRICE PRICE IN
ITEM QUANTITIES WRITTEN IN WORDS FIGURES TOTAL
13. LUMP SUM Remove & replace cross
gutter segment -
$ $
(Lump Sum) (L.S.)
14. LUMP SUM Remove & replace mono-
lithic sidewalk
15.
16.
(Lump Sum)
LUMP SUM Clearing & grubbing
drainage channel
(L.S.)
$ $
(Lump Sum) (L. S.)
LUMP SUM Rehabilitate land-
scaped area
$ $
(Lump Sum) (L.S.)
ALTERNATE BID GRAND TOTAL
Proposal (Continu^d)
The uradersi~7r~ed further agrees that in case of default in
executing the required contract, with necessary bonds, within the
ten (iC) days not including Sunday, after having received notice
that the contract is ready for signature, the proceeds of the cl-ieck
or bond accompanying his bid'shall become the property of the City
of Chula Vista,
Licensed wn accordance with an Act providing for the regis-
tration of Contracto~_ s, License No. / ~Ly'~ R~ Contractor' s
State License C1.assification _ ~`' - ~.
Signature of bidder; -:~~~~~ ' ~ ~~ i ~~
(if an individua.i, sa state. ~If a firm or copartnership, state the
firm nams and give tho names of all individuals, copartners com-
posing, the firm. 2f a corporation, also names of President,
Secretary, •irea~urer a;:d Man~~ger thereof, and affix the Corporate
Seal there'~o. )
i ~
~ ~ _
Dated • - ~~'
a - -
(Business Address)
-,
AFFID.~VIT TO ACCOiyQPAI`TY PR.OI'OSAL
USE 7.'HIS FORM T~v~iEN BIDDER IS AN i~'1DIVIDUAL
STATE O.F G~LIFORi1IA ) SS.
COUN~~'I' OF S?1N DIEGO )
~__.~" ) ~ ~~~ ,~_~,~,> ~ ~%_ ', affiant, being first duly
sworn, doposes and says:
that he is the bidder who makes the accompanying proposal; that such
proposal is genuine, and not sham or collusive, ror made in the
interest or in behalf of any person not thnr`in named, and that the
bidder has not,direc~ly or indirectly induced or solicited any other
bidder to put in a she.:r, bid, or ar_y other person, firm or corpo-
ration. to refrain from bidding, and that the bidder has not in any
manner sought by collusion to secure for himself an advantage over
any other bidder.
Subscri?~ed and s?~~orn
This ~ day of
to before me
_____. , 19 ~ ~
;;
->
,> _ ~ ,%
(Signatures)
Notary Public in and for the County of
-. ~ ,y State of `-.~'__.~ a-~.~ _.~_i
,..,,,. ,,.._ .. , .. , ........... . .....N,,.,,,,,,,,,,,,,,u„y
`;COAL -
~., ~ ~ n
= _i
r
Piy C~,c ~~ ~ . „_,., i` iS11
A~'r'IDA~; ~:.T -~ CCi~3'I~v1JED
USE TxIIS FOR~"~1 WHEN t3iDDER IS A CO-U~:RTNERSHIP
STE:TE OF :ALIFGRNIA ) SS.
COL7?~'TY OF SA~1 DIEGO )
^~ Affiant (s), being first duly
sw:~r_n, each for himself deposes and says; That
(Names of all Partners)
are partners, doing business under the firm name and style of
~~ (Marne of Firm)
and that said co-partnership makes the accompanying proposal; that
such proposal is genuine, and not sham or collusive, nor made in the
interest or ir. behalf of any person not therein named, and that the
bidder has not directly or indirectly induced or solicited any other
bidder to put irY a sham bid, or any other person, firm or corporation
to refrain from bidding, and that the bidder has not in any manner
sought by colJ_u:~ion to ::•ecure for himself an advantage over ary other
bidder,
Subscribed ar~d sworn to before me
This day of 19
~.
Notary Publa_c in and for the Cou:lty of
__ ~ ~~, State of
AFF ID~Z'IT -- CO%~1TIi~TUr,D
USE 'IrtilS FORT-i i~~7HLN BIDDER IS A CORPORATION
STATE OF CALTFC~RNIA ) SS.
COUn;TY Off' SAN DIEGO )
or Mgr. Of cr.
affiant, the
President, Secretary
of
Name of Corporation
the corporation who makes the accompanying proposal, having first
been duly sworn, deposes and says: that such proposal is genuine,
and not sham or collusive, nor made in the interest or in behalf
of any person not therein named, and that the bidder has not directly
or. indirectly induced or solicited any other bidder to put in a sham
bid, or any other person, firm or corporation to refrain from bidding,
and that the bidder has not in any :nannor sought by collusion to
secure for its~l_f an advantage over any other bidder.
Subscribed a.nd s~~rorn to before me
This day of 19
Notary Public in and for the County of
_~~ State of _
(Signature)
President, Secretary or
Managing Officer
~ ~ --~ ,
/~ ~ ~ _
BIDDERS BOND TO ACCOwi?ANv PROPOStiL
F;L`'OW ALL MEN BY THESE PP.ESENTS , That I/j7e_ /~~N /ac- A~,~I~I~
The Travelers Indemnity Company
as Principal, and _ '~~ as Surety, are held and firmly
bound unto the City of Chula Vista in the sum ofT~~ ~,~,E,~,E-,yam -~~:/~~r.-
~~%.5'l ~i~/T !•~ ,t?%d ($ lc" o ~r,Bi ~) , to be paid to the said City or its
attorney, its successors and assigns; for which .payment, well and truly
to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THy' CONDITION Oi THIS OBLIGATION IS SUCH:
If the proposal of said Principal to install approximately 1,000 feet
of 24" and 30" culvert with appurtenances in East Moss Street and
Melrose Avenue in the City of Chula Vista, County of San Diego
dated~~, ~ ~ ~.~,rer, is accepted by the City of Chula Vista, and if
the above bounden /.~d'/~yl"fx ~.~',r%~~A his heirs, executors, admini-
strators, successa~-s and assigns, shall duly enter into and exec~lte
a contract for such construction and shall execute and deliver the
two bonds described, on or before tre date specified in the "Notice
of Award", which date shall be not less than ten (10) days (nct in-
cli;ding Sunday), from the date of the mailing of a notice to the above
bounden - C~l~'~/~c-~~~~~~~~_~ by and from the City of Chula Vista
that said contract is ready for execution, then this obliga~ion
shall becole null and void, otherwise it shall be and remain in full
forces and virtue.
IN ti^TITi~7L'SS Y,'~iEREOr , I/~ti'e hereunder set our hands and seals this
des, o f ~ ,,T~l"~,,~' _ 19 ~: " .° .
A'e~ covered by Bid
ao+~d ServioQ Undertaking
APPS V ~ AS T `, ;
C1ty r~tt ?'i2 ~ V
The Trav a Ind
__ -'
State of California
County of San Diego } ss.
On this 16th day of_ JUly ~ 19 6$ before me personally came
Linda T.Meiser
to me known, who being by me duly sworn, did depose and say: that She 15 a n Attorney(s)-in-Fact of The Travelers
Indemnity Company, the Corporation described in and which executed the foregoing instrument; that ShCknow(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 he with the By-Laws of the said Corporation, and that S)'1Qigned her name
thereto by like a ho ' w: , ~> >; ,.%~
::~- :-P , RITA T. LOTHRID~~ ~ ~~'"~ ~-
~~ ,
r ~ `N('Tta-:~ PUBIJC Ct~i~iQtN;a ~ i ~ (; .'~/~__.~./
P~"r~r~o
at Grp!- _ ~v (Notar Public)
- i <, r..rc, ~_ ~ t -
My Commiss;on Exp,res June 13, 1972
`~~-------- -----_ _. , . My commission expires
~-498 Rsv. 2-53 PRINTED IN V.S.A. _ ~ ~~
~) ~~ ~~~
e premi~,m eAer~ Ere M~
. x^,C)?yD I~Gi? I+ur1Tk;RTxlL AMID LAIlOR bc+.:l is i:;,~~:,dr•Q in.tiu cL~
"'-' ..'. "-'-'" fsc the Prxf/nr-fuuavr lei.
I~~~GGa ALL I~1F:i1 B`~' `~1iSE PRESENT'S, That I~6']E'._~~,'~ ~c-L /-//f',~/~%/~
the Contractor in tl~~e contract hC~reto annexed, as Principal, and
The Travelers Indemnitg Companq ~ as Surety, are held and firmly bound unto the
CITY Oi:' CriULA V1Si'A, a Municipal Corporation, located in San Diego
County, Cali forCriia,
~'-k/~'T~6/~ ~HCIa.SiiN~ ~•~ Y'E'N /7!i//~r,'ttU
lIl the sum Of L 7 ~ _. _, _. ,~ f ~x
lawful money of the United States, for which payment, well and truly
to be made, we bind ourszlves, jointly and severally, firr~ly by these
presents.
~_. .
,~ ~
r ~ ! - ~-
S igned , sealed and dated ~ J li' L ,Y ~:~ ~ /r~~ p
,~
The condition of the above obligation is that if said Principal as
Contractor in the contract hereto annexed, or his or its subcontractor,
fails to pay for any material, provisions, provender, or other supplies,
or teams used in, upon, for, or about the performance of the work
contra.eted to be done by said Contractor, namely, to furnish ail tools,
et~ui.pment, apparatus:, facilities, transportation, labor, and mat~_rial,
other than materials, if any, agreed to be furnished by the City,
necessary to perf-orr~~ and complete, and to perform and complete i.n a
good and workmanlike manner, the work of:
installation of approximately 1,000 feet of 24" and 30" culvert with
appurtenances in East Moss Street and Melrose Avenue in the City of
Chula Vista, County of San Diego
in strict conformance with the terms and conditions set forth in the
contract hereto arne~:ed, or for any work or labor done thereon of any
kind, said Surety will pay the same in an amount not exceedi:~g the sum
hereinabove set forth, and also in case suit is brought upon this bond,
a reasonable attorney's fee to be fixed by the courts. This bond
shall inure to the be;zofit cf any and all persons, companies, and
corporations entitled to fi1.e c?..aims under and by virtue of the. pro-
visions of an act of the Legislature of the State of California
entitled "An Act to Secure the Payment of the Claims of Parsons
Employed by Contractors upon Public Wor'ris, and the Claims of Persons
who Furnish idat~rials, Supplies, Teams, Implements, or ~jacninery used
or consume;; by such Contractors in the Perfornarce of such Works, and
Prescribing the Duties of Certain Public Officers with Respect Thereto,"
approved _r,;=.y lU, 1919, amended; and t:-.L said Surety, for va'-ue received,
hereby stipulates and agrees that no change, extension cf time, alter-
ation, or addition to the terms of th^ contract or to the wf~rk to be
performed thereunder or the specifications accompanying the samL shall
in any way affect its oblig~.tions on tizi_s bond, and it toes hereby
waive notice of any such changes, extension of time, alteration or.
addition to the terms of the contract or to the work a~ to t'r~e speci.-
~_ The Trareie::s ,.>,'.-~-:c+-r ~.<::t;_~any
fications. •
actor ~ Aye $,
APPRCV TJ AS ^10 FGF,~•t
~~rney-n•Fact ~ / ~~' ~ ~
f
~-.~ ~~
City At ~orriey
State of ('~1i fonlin
County of I,~~ ~~.r~e1eG } ss.
On this ~ nt+' -day of •T~?? ^ ,, 19 ~ ~, before me personally came
.T~•• ?i. *.~~ ller
to me known, who being by me duly sworn, did depose and say: that he i~ ~n Attorney(-in-Fact of The Travelers
Indemnity Company, the Corporation described in and which executed the foregoing instrument; that h2 know(s) the
seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority
granted to hire in accordance with the By-Lows of the said Corporation, and that ire signed },i ~ name
rthereto ~ like authorit,~, ... ,,,.. . ,,, n , . .
i:~FF;CiA~ SEAL, .,,.t I
MAID i HA J. C.-,/~:;c= ~~, ~ ~.-,~ ~ ,:
~ ~r :~:.
o NOTARY PUBLiC CALIFORfdIA
PRINCIPAL OFFICE IN - ^t't}1~3 ,T• i~~t' se (Notary Public)
;,,,,,,,,,,,,,,,, LOS ANGELES COUNTY ~
.................................................................. ~ My commission expires- 1nT'il 3. 19F~
1-498 Rav. 2-53 PRINTED iN u.s.e. ~-' /J ~~, /~
~~~~
~v°~~ ~0. 'C~C'J y'
. BOtiTr FO:~ FA, . THFI3L PEPFC'_-Z~'!~1NC ~ The Pry ^- `: um ^'.;~ r=eed ~ f0~'
~~~~ ~~~ ~~~ th i s B ur.d ~ i ,~ ~ "
~~.
~~;~?tai :1LI., f~1EN BY Th SE PRESEL7'T'S, That I/h'e_ ~ /3~`if .~'L 1,'f1'' i ~ r-.9 ,
the Contractor in the contract hereto annexed, as Principal and
7'he Travelers Inde;nnity Company ~ as Surety, are held and firmly bound unto
the CI~.`Y OF CHUu~ VISTA, a Municipal Corporation, located in San Diego
Tiv ~ N ; y - /~'~.~~ C !~~ u.s N~ v .~. r,~ f%u.Nv~s'~ ~
County, California, in the sum of ,/ ~~,~ ~~,~~~, ~; ._ _ _
~ ~r X T i~- /Y ~rt~'.~'
($~~?~==f `~~,) lawful money of the United States, for which payment,
well and truly to be made, we bind ourselves, jointly and severally,
firmly by these presents.
Signed, sealed and dated ~.,/ L~ L y 2 % /ry ~'
~/
- ~--
The condition of the above obligation is that if said Principal, as
Contractor in the contract hereto annexed, shall faithfully perform
each and all of the conditions of said contracts to be performed by
him, and shall furnish all tools, equipment, apparatus, facilities,
transportaf~ion, labor and material, other than material, if any,
agreed to be furnished by the City necessary to perform and co*~:plete
in a good and workmanlike mznner, the work of:
installation of approximately 1,000 feet of 24" and 30" culvert with
appurtenances in East Moss Street and Melrose Avenue in the City of
Chula Vista, County of San Diego
in strict conformity with the terms and conditions set forth in the
contract hereto a.~ne:~ed, and shall pay or cause to be paid, all persons
who perforn labor for, or furnish materials to said Contractor, or to
any subcontractor in the execution of the said contract, then this
obligation shall be n:zll and void, ot'nerwise to remain in full force
and effect; and the Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition
to the terms of the contract or to the work to be performed thereunder,
or the specifications accompanying the same, shall in any wise affect
its obligations on this bond, and it does hereby waive notice of any
such-. change, extension. of time, alteration or addition to the term;
of the contract or to the work or to the specifications.
The Travelers Iriclci.inity Company
y
.-' o d
. r:.......__ -~_~
--- ~.~
~~c-~ ~
~) -___- ,, ~':' MILLER .A~{erney.;n.racc ~-
~~ _ _
C tractor ret~
APPRO~TED AS TO FORN:: ~ ~ City attorney
•
State of California.
County of Laos Ar he l e s } ss.
On this- ~ nt}' day of •Ttt]-`' ; 19 ~ ~ ,before me personally came
.Ta~T ,;. "i.ller
to me known, who being by me duly sworn, did depose and say: that he is . ~zl Attorney(7d-in-Fact of The Travelers
Indemnity Company, the Corporation described in and which executed -the foregoing instrument; that },e 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 }-lit„ in accordance with the By-Laws of the said Corporation, and that }~e signed }ti s name
ttheresta,by.,lika,autlaorit ~,,,~,....,,...
_ OFFICIAL SEAL~~.~~ I
- ,,,r: r
- ~ ~.~ ~ M,4RTHA J. CHASE _ :'~ ~ ~'
= i _`' '•" ' . NOTARY PUBLIC CALIFORNIA c '~ r c ---
~ PRINCIPAL OFFICE iN ~ "*ATtha J. Ch a^e - (Notary Public)
~~~~ LOS,ANGELES COUNTY u
My commission expire Anril. 3 19Fi~
L-49i Rev. 2-53 qqI NTED IN U.S.A. ~ Q
(This affidavit shall b~: executed by the successful bidder in
accordance with instructians in the Proposal R4+~uirements of this
contract, but bidder may execute the affidavit vn this page at the
time of_ submitting his bid) .
ItiGN-COLLUS.ICi>> AFFIDAVIT
To the City of Chula Vista, Department of Public Works,
Division of yn ir,~:ering;
The undersigned, i.n submitting a bid for performing the
following work by contract, being duly sworn, deposes and says:
That he has not, either directly or indirectly, entered
into any agreement, participated in any collusion, or
otherwise taken any action in restraint o_f free competitive
bidding and has nod accepted any deposit from any sub-
contractor or materialman ti-~rough any bid depository, the
by-la~•as, rules and regulatior_s of ~•~hicJz prohibit or prevent
the Contractor from considering ar~y hid from any sub-
contractor or materialman, ~•:hich is mat processed through
said bid depository, or which prevent any sub-contractor
or materialman from bidding to any contractor who does
not use tha facilities yr accept bids fra:n er through
such bid depository in connection with this contract.
Business Address
Si ature of bidder
/" ~.
Place of Residence
Subscribed and sworn to before me this ~~ ~~ day of ~~,
19~.
~ ,^~
Notary P•ablic in and for the County of ~~ State
,~.~ r
of California.
„~,~. .,,,,.,,,,,~ ,,,.~,,,~,,,,,,,,, ,, , ~.W.,,
~~~.~~\ ~ETTYE M. ,n.?RIETA
~ ~`~~ F`..I~d=if ~l fit. ='~t .: ~N I
.~,•„~~w„~,~~~,,,~,,,.~~„~,,,,~ ,,,,~,,.~~..,.„,~.4N,„~~~~~~ ~~~~,,,C~UNTY.,,.,.~„„~.•,~„~~
~_~~ .
~Q.~ ,.,~ ~yi ~~-~-~
Notary Public
BETTYE M. ARRIETA
My Commisa~oo expires fu"ray 15, 1911
r
i~ /~~~,~---7
rnum~Arm
This Contract, made and entered into this ,5 ~~ day of ~`~ cc t ~c .s%
19~, by and betc~~een the City of Chula Vista, a charter ci - State
of California, hereinafter called the "Owner" and
~- - •
__, _ r-
hereinafter cal:ied the "Contractor";
W.ITiVESSET:-i:
That the Gwner and the Contractor for. the consideration, hereinafter
named, agree as folloV~s :
1. ^he complete Contract includes all of the Contract L.ocuments
as if set forth in full herein, to wit; The Advertisement
for Bids; the Proposal; the Accepted Bid; the Affidavit to
Accompany Pr_opo~al; the Faithful Perfor~lance Bond; the Labor
and l~iateri:al Bond; the Plans and Specifications; Standard
Specifications of the City of Chula Vista; this Contract and
all addenda setting forth any modifications cr interpretations
of any of said Documents.
2. The Contractor will furnish all materials except as otherwise
provided in the Specifications or on the Plans and will perform
all the work for;
the installation of approximately 1,000 feet of 24" and 30" culvert
with appurtenances in East Moss Street and Melrose Avenue in the
City of Chula Vista, County of San Diego as set forth under the
bid in the Proposal.
(basic or alternate)
All of the above work is on City property, and under the directions
of the Engineer or other official designated by the Ow~ier to supervise
said work, all as provided in and subject to the Contract Documents.
3.. The Owner will pay the Contractor in current funds for the por-
forrnance of the Contract on the basis of the accepted unit
prices and the actual measured quurtiti_es of work done at such
times as are stated in the Sgecif.-icatior.s, a:-id will ot'nen•~ise
fulfill its obligations thereuna~r.
4. All time limits stated in the Contract Documerts are of the
essence of this Contract.
r
CCv`I'Zi~CT - C.~r:tinU~=.d
IN Trv'sTI`1,_,~;~ ~;II:=EREO ~ ti1G' pct=t1eS t1E.'Y'F t0 tidV~' E':%.ti:Llt:eCa t~"'ilS Contract
talc day and year rirst above written.
FCR THE CT~i'Y:
3
~3Y
-t~ ,
I hereby ce~-t ~_ty that i have ex~.rai nec
this Con"c,~act a~aa f_nd i t to 'oe in
aCCOYC~uT"!CC .v1"~:r1 ti~E' ~i:OVi gi ons Oi thr'
S gate or Ca i ~.o'~'nia
CTTj ~'.TTORI~E"r' /~~
~,., CI'I`Y CLERIC
F'OR TH '' CO~~TIZT CTOR :
BY
-~
TABLE Or CfJNTs N`l'S
Section Title Page
1 Proposal Requ?.rements and Conditions 1
2 Legal. Relations 4
3 Prosecution and Prog~•ess 6
~r Quaxltities, Measurement and Payment l0
5 Special. :~rovisi.or_s 13
~~ ~
- ~~.~-~
SECTION 1
P"rZOr-OSAL REQUII:EP~'IENZ'S AND CO`JD1TZOidS
1-OI~EXAP~4INAT:i.O~~ OF PL~~NS SPBCIFICATlOc1S, SPECIAL PROVISIONS
AiQD SITE OF ~~lORa~,
The bidder is required to examine carefulllT the site of ar~d the
proposal, p1_ar.s, specifications, and contract forms for the work
contemplated, and it will by assumed that the bidder has investi-
gated and is satisfied as to 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
sped fications, the special pro~,,risions, and the contract. It is
mutually agreed that submission of a proposal s'nal_1 be considered
grima far_ie evidence that the bidder has made such examination.
1-02. PROPOSAL F CR.M:
A.11 proposals must be made upon forms furnished by the Denartrnent
of Public bdork's.
1-03 . REJECTIOiQ OF PROPOSALS CCI~ITAINING ALTERF.TIONS , ERASURES
OR IRREGULARITzES:
Proposals may be rejected if they show any alterations of form,
additions not called for, conditional or zlternative bids, in-
complete bids, erasures, or irregularities of any kind.
The right is reserved to rejeci: any and all proposals.
1-0~r. B? DDE ' S GUARAIv`I'Y:
All b'.;_ds shall be presented under soaled cover. and shall. b: accompa-
nied by cash, cashier's check, or bidder's bond, made payable to
the City of Ch1a1_a Vista, for an ar•,.oun-t equal to at least ten percent
(logo) of the amount of said bid, ar_d no bid shall be considered
unless such cas.n, cashie_~'s check, certified check, or bidder's bond
is enclosed therewith.
1-05 . PUB?,IC OPEiviNG OF PP.O?OShLS :
Proposals will be ocer~ed and read publicly at the time and place in-
dicated in the Notice to Co:ltra.ctors. Bidders or their aut'norizrd
repreentativas are invit,~d to be present.
~7 r,1
rl il~, ai'7n Y'd OS T~h~_' C.G.`-!tYr3 Cam, 1f It x`i c~_ a~•Jd 3=G^_d , '.~1 ]_1 }7je tC) t'f1E; 104Je St
2: E'5~017S:L;)1C? b!_dC7°:c. Y+l'_rit)SE-' T~i"Up:7Sal COlllf_~.~~.~E?S ~~71.~;1 a)_1 tYlC' rC'~1u.irC-'iients
dLSC'ilt%°C1. `~'i__ ~;<<:~iU, I_f Ii1.--.dC-', t+il~~ i~~ :;':c3C~E' Ldl_t~"11n Fhlrty (JQ) days
after the openi,:lg of the bids. F11 bid: will be compared on the
basis of the c:nairiLer's estirna~e of quantities of wor',{ +.o be done.
1--07. ;';;~;CtTJ__a0~ O~ CC~v~T'~ZT,CT:
The contract s~ia?.l be signed by the successful bidder, and returned,
together with the contrac~ bonds, ~~~ithin tern (10) days after the
bidder has received notic` that the contract has been awarded. No
propos~:~l shall be ccnsiderod binding upon the City unt~_1 the exe-
cation of the contract.
It shall be the reNporsibility of t'ze Successful 3i_dder to make an
appointment within the above tine limit to sign the contract in the
(.'lty ~ngil"iee?r~S offices and to discuss the convtruction operations
Wi tYl t::e I;nCj1_n° r, Or his rep r2 Sentc.tlVE'.. t c;3_Zlir2 t0 E?XECUte a
contract and f,~_le acceptable 'oonds as provi~~ed :"~e.~ei.n c~ii_thin ten
(10) days after the bidder has received notice that the contract
has been awarcaed, shall be. just cause fo:r- the annullr~ent of the award
and the forfeiture of the proposal guaranty.
1-08. R~iL'R_v F' ~].DJ~k' S GUciR~~i`±'I~'~~:
V~llthln. ten ()..0) dams after the award of the contract, the Clty of
Chula Ulsta ;vll:.-Letui_?1 tflc''^-ci~'_rl Ot Cfi:('.C}iS ~.:CCOTil'OanylliCJ. the prcposals
4J'h].Cil arc i1Gt t0 be GOZ1S_iC~`red 1I1 I?aki7:g the aGiard. A)_1 Other y r0-
posal gu~:.r~±,~tiF's wi)_].. be held until the contract has been finally
executed, after which the cas.~ or checks :affil b~~ rettir_ned. Bid
bonds will be returned upon rcqu.cs'c.
1-09. CCivTi SC`I' BCC %;S
The Cos:; ra.ctor shall farnis:~ two (2) good and sufficient bor_ds. One
of the said bonds s:-lall guarantee t~-le fait~~~fu _nti.rforn~ance of the said
contract in the amoun~ oL ~_00;~ of tho total ti~i d price, and the etizor
of sal d bonds shall be furnis?red in the a~-.o:~Ilt of 5 ~% of the total
biCi yDYiCe.
~~A"1 act t0 SeCLlre DdVIil2nt Ot t)'ie CZalT(IS OL ~e~SOnS ~ii'.plO~Jed by Con-
traCtOrS Li.pO.7 ^vtliJiiC WOr;{ , a:"iG t'17e claiiM:s O'= p~'rs0?1s GI)'10 furnish
materials, S~.1p;~~)_leS, tr'_cil::~:, imr,lnl~C:ntS; Or iiic-l-C}'1J.I'iery uSCd Or COIl-
su~-~ec by utach Contractors in t~:e perf_orm,ance of such Works, and
pY4~scria~ir,c- ti:` c~ztiet of certain public oif?_cers With respect
therEtO, " approved iva1' 10, 1919, aS amended.
-2-
The form of the bond required is attached with the proposal.
4~rhenever ary surety or sureties on any such bonds, or on any bonds
required by law for the protection of the claims of laborers and
materialmeri, becom insufficient, or the City ngineer has cause to
believe tiZa such surety or sureties have become insufficient, a
demand i;l f~ritirg may be mode o_f the Contractor for such further
bor_d ar bonds or additional. surety,-, not exceedir_g that originally
required, as is consider_ea necessary, not considering the extent
of the .~~ork rernaininc~ to be done. Thereafter, no payment shall be
made t~.pon such contract to the Contractor, or any assignee of the
Contractor until suc'n further bond or bonds or additional surety
has b~.en furnished.
1_-10._ _NO~?-COLLUSTOiQ PROVTSIO^3:
The Contractor to whom this contract is to be awarded shall file a
sworn i~Ton-CoJ_lusion affidavit executed by, or on behalf of, the
person, firm, association ar corporation to wi1O the contract is
a4;arded. This affidavit shall be executed and sworn to by the
successful bidder before such persons as are authorized by the
laws or the State of California to administer oaths, on the farm
included in those contract documents. The original of such s~,aorn
statement shall be filed with the City Clerk px-ior to t're az~~ard of
the contrar~~„
SEC`l'I0~1 2
Lr~GAL RELATZOZ7S
2-Off. ~1LIEd L:'~~,OR:
T?~tc Contractor sh~:ll forfeit as penalty to the City of Chula Vista,
ter_ doJ_la~ s ($10.00) for each alien knoUrin;ly employed in the
execution of the contract, by him or by any sub-contractor under
him, or any of the work heroin mentioned, for aach calend4r day or
portions thE:r::of c'.uri ng which such alien is permitted or r..equired
to labor in violation. of the Provisions of the L"abor Code and in
particular Sections 1850 to 1~5L~ thereof inclusive.
2-02. FOURS OE LALOi~:
The Cor~t~:acior shall forfeit as penalty to the City of Chula Vista,
ten dollars ($10.00) for each laborer, workman, or mechanic, employed
in the execution of the contract by him or by any sub-contractor
under hira, upon any cf the work herernentionc-d for each cal.enaar_ day
during whic'r. said laborer, wor'•,.:~an, er mechanic is required or
permitted to labor more than eight (~3) hours in violation of the
Provisions of the La'~or Codu and in particular, Sections 1510 to
1816 t?~.ereof inclusive.
2-03 . I~<~EOZ r;z~cf:z~'~1_ ~~~r. ~ zo~~
i`i0 d1SCri?~?lnati_On shall 'IJG made In the emn1C1?riient Of perSOI1S upon
public ti~aorks bsLause of the race, color or religion. of such p`rsons
and every Contractor for public works violating trlis Section is
Su'x7~G'Ct t0 a~ ~ pGi7alt.le:~ 1r'.1JOS:-_'d fOr a V101at1.On Of ~''Slc~.p"LE?' Z, Oi
Part V1T, i_r~ accordance with the Provisions of Secticr.s 1735 of the
Labor CodQ.
~: -
The Contractor s:Zal1 fo1:f'eit as peralt1r to the City of Chi~.l.a Vista,
ten da11.~.rs ($ 10. CG) for each laborer, ~~Tor',-~r„an, or moohar:ic °repi o~> cl
f0i ea Ch Cai2ndar dciy, Or p0~"':10n tYlE:reO, ~.hc~- t Such ~ c~;~OI'e'L, GiOr;ti'[,-c.:n,
or rnech~;.r~~_c is o.id less than the general prevailing rate of v;acas
hereinafter stiulated for any worn dor:a under the attz.c'~od contract
by him, or b1- any s~~.'p-cnntr~~ct.or under him, i n violation of thy.
ProV]_•~_On5 oa t:?e Labor Code anc; lr. partlc:ul.ar :i•CCtlO.i 1770 to 1751
th::reof i7?.CIuSiV`~ . `
1h^ Ci t_y Co~~~n^i I. o{ the C;it;~ ..r China Vista 'nas ~..sc2rtained the
~eii.?.i"ai- ~7r=`V~11:.i i1Ci rate Of ~~'uec appll~a'~lc t0 ti"lE'.. wOri t0 }Jc d021e.
Said cag s are p:_Ci:Li ~d in tie "Notice to Contractors, " t~~hich is
here~~y m:,de a part of these s~:eoifi~:atyor.s. ~
/~
.~ ,~~ ~.
-~r-
2-0~. ne~~~Tz.sT~c P~„~~r~,P.~~ALS:
Oiyly such ur_m~nufactured 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 Stat~:.~s, shall b~~ used in the performance of the contract
i.n 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 Stato of California and shall next prefer supplies
partially manufactured, grown or produt~ed in the State of California.
Any person, firm or corporation who fails to compl~T with the Pro-
visions of the Act shall not be awarded anv contract to which the
Act applies for a period of three years from date of violation.
2-06 . INSLTT'1:P~~CL RE~~UIREP~IENTS
Contractor shall, at his oTh~n expense, carry and maintain during the
course of the work of construction, Workman's Compensation Insurance
and Comprehensive Liability Insurance, naming the City of Chula Vista
as an additional insured, in the amount of at least ene hundred
thousand dollars {$100,000,00) for any occurrence resulting in the
bodily injury or death of any one p~rsor.; three hundred thousand
dollars ($300,u00.00) for any occurrence resulting in bodily injury
to, or death of, more than one person; Automobile PropLrty Damage
Liability in the amount of at least ten thousand dollars ($10,000.00);
and ProneYt~% Damage Liability, other than Automobile, irl the amount
of fifty thousand dollars ($50,000.00). The Contractor shall, within
five (5) days after the awarding of. the contract, and before com:nenci:.g
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 ar_d effect from the time the work is commenced until
completed.
2-07 . TAxT~s :
All applicable State or Federal taxes shall be considered as included
in the amaa:7t paid for the various items of work. The Contractor
shall be responsible for pay:rtent of suc~i taxes to the proper govern-
mental authority.
-5-
~H.rm-rn~s
~RO::~ECL7.L~IOia ANL' PROGRESS
3-Ol. SLBL~,T`I'IVG AND 11SS1.GidMEti'7.':
the Contractor shall give 'nis personal attention to the fulfillment
of the contract ar~d shall keep the work under his control.
Sub-cont-rz_ctors will not be r_oco,nized as such, and alJ_ persons
engaged in the work of construction will be considered as employees
of the Contractor and t'nei.r work shall be subject to the provisions
of the contract and specifications.
'r~there a portion of the work sublet by the Contractor is not being
prosecuted in a manner satisfactory to the City Engineer, the sub-
contractor shall be removed immediately on the order of the City
Engineer and shall not again be employed on the work.
The contract ~:~ay be assigned only upon. written cor_sent of the City
Engineer. '
3-0?_. PROGRFS~ OF TAE I^~ORK AND TIt'~IE FOR C0i~1i'i,ETION:
The Contractor shall begin work on or before the date specified in
the "Notice of Execution of Contract", which date s'nall be not less
than ten (i0) days following e~_ecution of t'ne con+:ract by the City.
The Contractor s'nall provido to the Cite Engineer, written notice of
the specific date up~`~n :•.hich he plans to co,ur~ence work. D7otice shall
be given at least twenty-four (2~?) hours in advance.
The Contractor shall prosecute the work to completion before the
expir~.ti.on of
T'IiZRTY (30
consecutive calendar days from t'ne date specified in the "Notice of
Execution of Contract" by the City.
3-~3. CrL~Rc'1CT~':R Oi~ :~OR'_ti~EN:
If any sub-contractor or person c~:~lloyed by the Contractor fails or
refusal to carry oat the directions of tJze L,rigineer, or shall appear
to the Engineer to be incompetent or to act irl a disorderly or im-
proper man~~~r, ra shall be dischv.rred iT~E ~~i.a.tely on the order cf
the Engineer, and such person shall not again be employed on the work.
-~-
,~' ~~y
3-0~~ Tt:~iPC:RAF?Y SUc.>z'EZ~~IO~' Off' r~]CRK:
The Enc{ineer shah Nave the authority to suspend the work wholly,
or in part, for such period as he may dee.n 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 tine
as he may deem neces~;ary, due to t~-~e fail~;re on the part of the
Contractor to cary~y out ox.•ders civet. or to
perforn arty provisions
of the work. The Contractor shall immediately obey such orders of
the Engineer and s_^ai.l not resumo the work until ordered in writing
by the Engineer.
3-05. TIME Or CO?~fPL~;•s'ION AND LI ~Lr?:r~TED DAMAGES
It is agreed by the parties to the contract that, in case al?. the
work called for ui:der tho contract is not completed before ar upon
the expiration of the t1.me limit, as set fortr. in these specifi-
cations, damage will be sustained by the City of Chula Vista, and
that it is and will be impracti.c.~ble to determine the actual damaga
which the City will sustain in the e~~ent of and by reason of such
delays; and it~is therefore agreed that th` Contractor will pay to
the City of Chula Vista the sum of fifty dollars ($50.C0) per day
for each and every days delay beyo:~d 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 'wecom~ dzie, the Contractor under the contract.
It is further agreed that, in case the work called for under the
contract is not fina_Uh:~d arzd completed in al_L parts and requirements
within the time specified, tY.e City Council shall have the right to
extend thi time for completion or not, as may saem best to serve the
interest of the City; and iy it decides to extend the time limit for
the completion of the contact, it shall further nave the right to
charge to the Contractor, his reirs, assigns or sureties, and to
deduct from the final paymen-~: for the work alJ. or any part, as it
may deem proper, of the actual cost of engineering, inspection,
superintendence, and othez ovFarhoad expenses which are directly
chargeable to the contract, and which accrue during the period of
such exten:;ion, e,{cept that the cost of final surveys and prepa-
ration of final estimate shall. not be included in suci charges.
The Contractor shall not be assessed with ~.iquidated damages nor the
cost of engineering and inspection dzAring any deJ.ay in the completion.
of the work caused by Acts of God or of the Public Eno;ny, acts of
the City, fire, floods, epidt:r;zics, quarantine restrivtions, strikes,
freight embargoes, and unusually severe weather or delays of sub-
contractors due to such causes; pr~~vid~~d that the Contractor shall,
-7-
~ ~_
-05. CJ~~1?'_iLtFr~.
~~:ithin tE~.~ (lv; dar>s f_r.om the beginning of any such delay, notify
the ~sngirne in ~•:~riting, of the causes of delay, who shall ascertain
the facts ar_c7 t~ze extent o_ the delay, and his findings of the facts
thereon shall be final and conclusive.
-t~6. SUSPF~IS1""Oiv7 CiF C0~?TR:'~CT:
If, at arty time, in the opinion of the City Council, the Contractor
iias failed to supply an adequate working force, or material of proper
quality, or has failed in any ot.~er respect to prosecute the wor]:
with tre diiiger~ce and force specified and intended in and by the
terms of the contract, notice thereof in writing will be served upon
him, and should he neglect cr refuses to provide means for a satis-
factory co^lpli ance with tY?.e contract, as directed by the Engir_eer,
within the tir~le specified in such notice, the City Council in any
such case shall have the power to suspend the operation of the contract.
Upon receiving notice of such suspension, the Contractor shall dis-
continue said work, or sue?~ parts of it, as the City Council may
designate. Upon such suspension, the Contractor's control shall
terminate, ar~d thereupon the City Council, or its duly authorized
representative may take possession of all, or anv part of the Con-
tractor's materials, tools, equipment, and appliances upon the p-rer~ises,
and usn the same for the purpose of completing said contract, and
hire such force ana buy or rent such additional materials and supplies
at the Contractor's expense, as may be necessary for the p;coper conduct
of the wok and for the completion thereof; or may employ ot'ner parties
to carry the contract to comL.,letion, employ the necessary workrne~~,
substitute ct'r~er ~t. chinery or materi_ais, and pure?ease the mate~~ials
contractLC, for, in such manner as t'ne City Council nay deem proper or
tree City Counci 1 may annul aril cancel t'ne contract and re-let the woL;c,
or any part thereof. Ary excess of cost arising therefrom over and
above the contract price wi11_ be charged against the Contractor and
his sureties, w.~o will be liable therefore, in the event of such
suspension, all money due the Contractor or retained under t'ne terms
of this contract shall be forfeited to the City; but such forfeiture
will. not release the Contractor or 'nis sureties from liability or
failure to fulfill the contract. The Contractor and his sureties will
be credited with t'ne an;ount of money so forfeited tot,~Tard an_y excoss
of cost over ar~d above tre contract prices, arisir:g from the suspension.
Of the OperatiOn~ Of the Contract a d the COi'i?p~Et3Jn Cif file Work by the
C1t j', c1S ~'Y~O'J_' prOVi ded, and ti1P_ ~;rJll.-`'c'1CtG1' 4','1.11 bE' SG CreC~itE'.'~,I t'.'1 t}1
anv ~=urplL.s remaining after all just C1c~iTi1S fOr SL1Ch COTit~letlO:Z ilaVe
'oeen paid.
In the deteriinatien of the question ;~hether there has been any such
non-cc:~,pi lance with the contract as -to warra'.-~t t'ne suspension or
-8-
annu2r:te~t :.-hereof, the decision of the City Council shall be binding
on all parties to the contract.
3-07. RIGHT OF ti~?AY:
The riUiit of U~ay for the wor7; to be done will be provided by the
City. The Con::ract-or shall m~U.7ce his oem arrangements, and pay a.ll
expenses nor additional area required by hin; outside the limits of
right of way.
-9-
SECTIO~t ~
U~N`1'I's'IES , i~iE:F.SUREi-TENT AND P~Yl'--:ENT
~l--Ol. QU~yN'?'I1 IES
The estirna .e o:c the quantities of work to b~ done and :«aterials to
be furnished are appro,~imate only, being given as a basis for the
comparison of bids, and the City of Chula Vista does not expressly
or by i?r:plication agree that the actual amount of work will cor.respor_d
theret~~i-th, but re servos t~.e right to increas` o=~ decrease the amot.nt
of any crass oi: portion of the work or to omit portions of the ;ao?°'
t'rzat may be deemed n~csssary or expedient by the Engineer.
!~-02. P~F'tSTJaEif ~;?' Or' C)tZ ~i'dTITIES :
P~ieasure~~ rzt of quantities sI~a11 conform to the provisions in S°ctior~
9-1.01 of the State Standard Specifications except that all ma~~erial
paid for on a by weight basis shall be weighed on a public scale.
T'rc Contractor shall., at his otim e~.pense, f_u_nish Public weigh-
master's certificates or certified daily summary weigh sheets, ~.nd
a duplicate ~--veig'n slip or a load slip shall be furnished to each
vehicle u;eighed and the slip shall be delivered to the Engineer at
the po?_rzt of delivery of the material.
~-03. P~.Y~iL~~i~f:
Payment ti's=a 11 be made at the lur~,.p s~.zrn or unit prices bid, said pay-
ment being full comp: nUation for furni sizing all labor. , rnaterial~: ,
tools, an;; eq~aipm~n~~ an,a doing- all cork she=.In on t'ne plans or stip~,::-
lat:ed in the Spec?_f:tcatic>n; and Special provisions for that part?_cular
itela of wo..°k.
Quantiti s of ~:.;aterials ;•.asted or disposed of i n a manner not called
for under t'ro contract or placed outside t're pa.y lines indicated or_
the plans or_ approved by the Erigiveer, or rernal.ning on 1-:ard after
completion of the ;~.~or-,, wi_'_1 not :fie. paid for.
404. EXri'?~, ~I~iDFC~ C.E AC :'OT.Ji~;T iJORn:
Extra wor;c as 'r_erez_nbefore defin^ct, ~,~i~en Ordered and accepted, shall
be paid n=or under a <<rritten warn ors?^r in accordance ;~Ii th t~ze terr~zs
the Yeir. provide~3. Pay:;ent for extra ;Mork. ~,I~11 be ;Wade at th^ u;~~_t
price or lu^zp s~A:t~. p_e;~i ol:slr~ a -reo;.' upon by t'-.e Contractor and the
Engineer; cr by force account.
If tide work is done on force account, t'ne Contractor shall receive
the ac~~ual cost of al i mu'~eriais furnished by him as s'nown by his
~ ~^ ,ter, T1 ~-~ .
r-0 r . CGr. ~ I~+ti+.' ~~ .
pa~.d vouc7:ers, plu 15 percent„ For all labor, equipment and teams
that ~ r~ neces~a.ry, he shall receive file current prices in the lo-
cal.it~~, ~•~'^i. c.. shall :,tj.ve ben previously determined U_nd agreed to
in writing by thera:lginee~ ar.d by the Contractor, p1t:s 15 percent;
provided, he°.:ever, 'ghat the City reserves the right to furni sh such
materials requlrea as It deems ncessary, and 'the Contractor sha11
havz no c1_airn for profit on the cost of such materials. The price
paid fcr labor sha._1 incl.t.de any cor:pEnsation insurance paid by
file Contractor.
All extra ~vork and farce account Lti~ork shall be adjusted daily upon
report sheets, prepared by the Engineer, furnished to the Contractor
and signed by both parties, which daily report shall th2reater be
considered the true record of extra ti~ork or force account wor]L Gone.
4._05, CtL.=ji~7GE i~T t';O~.-~:
The Contractor s'_~a-1 proceed c;~it'rl change in construction from t'rat
1T'iCltlded in tfLE' COn traCi: Upon reCE'1pt Of S. CilanCje OrCier fOr Same.
Said change o;~c•ar shall be prepared in the oifica of file City Engineer
and shall be signed :;y the City ynga.nee-r ar~d the Contractor to
indicate agreement.
4-06 . PF~xI'.ESS P?~Yt~?Ei;TS
The City shall, once iii eac:n ~lont'n, cause estimates in ~'~ritir_g to
be made by the E:~~=_r-.ser cf t'ne tctal_ aY;ount ~f ~s:or~s done anc t~ze
accepi.abl~ ?a ~or:_G ± _ furnished and de l .,..?,~srod by the Cont-~~
yc,CtOr O'1
ground an=; '~.~,~,'~ U~•°~;, tO tie tiii~P. G StZCiI eStiit':ate, any the ValU.c^
thereof. T':~a City ?tall retain 10 o~'-rL~nt of such estiriated va.lu`
of the wor,~ done a-c 50 p erc~•nt of the v .tae of the materia is so
eStlmatcCi t~J i"1a`•IE rein furnished and del]_Ve>;ed and UT711S°G as afOL'C-
said as part security for the ful=il.'_~~n,~r_t of the contract by the
CUi"1L:ti"ciC-CUr cZ- nG Si7S 11 ..O~it:'i 1.1T tO file ~^,Ont'l~a. Ct'»" ~~~hl ~_E.' t" ~1
T P~==Y ~ - , ca.r.~yin~
on the wor'~, the baia.rce nog; retained, as aroresaid, a.f-cer deductil:g
tiler from all previo'~s payments and all suns to be kept ~r retained
under the prOv1S1OnS O~ t''1S CGiltraCt. NO Si;Cil eStli~.ate Or p.~yiT,nt
Srl:~_1 be I"eCiti~_ieG ~O be `:ad`, ~+Ileil i?: file ~UGgii!GiZt Gf fife irlglnE:.ei"",
the ~~?Urk tS nOt p?_';;G'CCG'~11g' i n dCCOrdanC° With th~^ prUV1SiOTiS Of
t'P_e COntraCt, Or :^''ler! 7..n hiS ]UQy"T?~~.Tlt file tO"_ca~- Vc.~.Ue O1 t1'1-~ wOl:k
done sir:ce the last eetiiT:a.te amour_t:~ '.o letis than. $360.00.
The E,rgin~~^~- ;:hal1 , after the completion Gf th:.' contract make a
fin=.1 e ti:::a'~e of the amount of *~,°urk done t':`-reunder, and th~~ t-aloe
-0- CO't~''Ii~1Ui~~:~:
of Sl:iCtil ~i.'Or'.;, c':nG '~"11 t? (;1t~~ sYlall p~i1r t'!": E_' eIlf;i_rc: ~u1T? s0 f0'.:nG t0 bE'
due afterdeducting therefro~-c all previous payments and all amounts
to be }:ept and all amounts to Y?-~ retained under the provisions of
the contract. x'111 prior partial estimates and payments shall be
subject to r_orr`ction in t're final estin:at~ and payrlent, The final
payment stall not :`,e due ar~u payable until ~_he expiration of 35 d~~ys
fro,n date of acceptance of the wank by tha City Council.
It is mutr;.ally agreed b:;t~~een the parties to the contract that no
c^_rtificate given or payments .~~ade under the contract, e.rcept the
final certi_fica eve or =ina1. pay.?ent, shall be conclusive `vidence
of the per~orrnunr~e of the contract, ei~her ~>>holly or in part, against
any claim of the City, and no payment shall be construed to be in
acc.eptar.ce of any Defective ~r~or}~ or improper materials,
And the Contractor fur~cher agrees that
amount due under t'le contract, and the
any work d:;ne in acco~~~danca wi th any a
release the City, the City Council and
claims or liability on account of ~oork
or any alteration thereof.
t'ze payment of the r ina 1
ad justraent and pal>~:~ont for
Iterations of the same, shall
the Encrineer from any and all
performed under t'r~e contract
~- ~~~~: 3
-12-
SEC^tION 5
SPECIAL PROVISIONS
5-01. STORM DRAINS AND DRAINAGE STRUCTURES:
Storm drains and drainage structures shall be constructed in accord-
ance with the plans, and the provisions of Section 13 of the Standard
Specifications.
5-02. PIPE:
1. For the "Basic Bid" the reinforced concrete pipe along
curves shall be in 8 foot lengths, 5° bevel at both ends.
2. For the "Alternate Bid" the free-flo corrugated metal
pipe along curves shall have a 10° deflection elbow at intervals
of 8 feet. From Station 0+73.03 to Station 1+14.69 of the pro-
longation of the existing culvert, the pipe shall be new reinforced
concrete pipe in 8 foot lengths with 5° bevel at both ends.
3. Approximately 16 feet of 30" RCP to be removed downstream
of Station 1+14.69 shall be re laid in the new line between Station
1+15 and Station I+80 under the basic bid. Under the alternate
bid the contractor shall remove such existing 30" RCP and load it
onto City trucks. The cost of removal, or removal and relaying
of this section of 30" RCP, as the case may be, shall be considered
as included in the various items of work.
4. Install an eccentric pipe transition section flared from
24" diameter to 36" diameter between Station 5+00.53 and Station
5+05.53.
5-03. CONSTRUCT 15 FOOT TYPE B-2 CURB INLET:
Remove an existing Type H inlet opposite Station 10+62.24 on the
left side and replace with a standard 15 foot Type B-2 curb inlet.
The existin3 drain pipes shall be incorporated into the new Type
B-2 curb inlet.
The frame, grate and "I" beam from the existing Type H inlet may
be salvaged and utilized in the new Type B-2 inlet at the option
of the contractor.
The cost for the removal and disposa
and approximately twelve (12) lineal
nearest cold joint and incorporation
the new Type B-2 curb inlet shall be
contract price for "15 Foot Type B-2
-13-
1 of the existing Type H inlet
feet of curb and gutter to the
of existing drain pipes into
considered as included in the
Curb Inlet."
5-04. CONSTRUCT 15 FOOT TYPE A-2 CURB INLET:
Remove an existing Type H inlet with two wings opposite Station
10+62.24 on the right side and replace with a standard 15 foot
Type A-2 curb inlet. The existing drain pipes shall be incorpo-
rated into the new Type A-2 curb inlet. The frame, grate and "I"
beam from the existing Type H inlet may be salvaged and utilized
in the new Type A-2 inlet at the option of the contractor.
The cost for the removal and disposal of the existing Type H inlet
with wings and approximately a foot of curb and gutter on each side
to the nearest cold joints and incorporation of existing drain
pipes into the new Type A-2 curb inlet shall be considered as in-
cluded in the contract price for "15 Foot Type A-2 Curb Inlet."
5-05. CLEANOUTS WITH DROP INVERT:
Construct a standard Type A cleanout at Station 5+08.03 and a
standard Type F cleanout at Station 3+05, both with special drop
invert as shown on the profile.
5-06. CONVERSION OF EXISTING TYPE H INLETS;
Convert the two (2) existing Type H inlets at Melrose Avenue south
of Inkopah into 10 foot Type B-2 curb inlets by adding a wing on
the north side, as shown on the plans. The contract price for
"Convert Existing H-inlet into a 10 foot B-2 Curb Inlet" shall
include the removal and disposal of approximately 11 feet of curb
and gutter on the east side and 8 lineal feet of monolithic curb
and 90 square feet of sidewalk on the west side of Melrose Avenue.
Such price shall also include the cost of modifying the existing
structures.
5-07. REPLACEMENT OF MONOLITHIC CURB AND SIDEWALK AND CROSS GUTTER
SEGMENT:
It is required to remove sections of the existing curbs and gutters
and monolithic sidewalk adjacent to all four (4) curb inlets ac-
cording to Sections 5-03, 5-04 and 5-06 and also portions of A.C.
pavement for transition purposes.
The removal of all PCC material is designed to fall at existing
construction (cold) joints and no saw-cutting is required. The
removal of AC pavement shall be at least 3 feet in width.
The contract price for "Transitioned Curb and Gutter Adjacent to
Inlets" shall include the replacement of the monolithic sidewalk,
approximately 90 square feet on the west side of Melrose Avenue.
5-07. CONTINUED:
The contract price for "Remove and Replace Cross Gutter Segment"
shall include the removal, disposal and replacement of approxi-
mately 39 feet of curb and gutter within the curb return at the
southeast corner of Melrose Avenue and East Moss Street.
The contract price for "Remove and Replace Monolithic Sidewalk"
shall include the removal, disposal and replacement of approxi-
mately 310 square feet of sidewalk at the return of the southeast
corner of Melrose Avenue and East Moss Street.
5-08. DISPOSAL OF SURPLUS EXCAVATED MATERIALS:
All surplus excavated materials, except concrete shall be disposed
of at the designated fill area west of Me lrose Avenue as shown on
the plans. Area to be filled shall be cleared of weed growth prior
to placement of fill. A.C. pavement shall be broken into lumps
less than 12 inches in greatest dimension and placed below a plane
2 feet below finished surface. Fill shall be compacted to a minimum
of 85/ relative compaction. The fill profile shown upon the plans
represents the ultimate development. There is insufficient surplus
excavated material available from this project to fill to the grade
shown. The surface of whatever fill is achieved shall be neatly
graded in such way as to drain in a westerly direction at not more
than 5% slope. Additional imported fill will not be required.
All work described under "Disposal of Surplus Excavated Materials"
shall be considered as paid for under the various items of work
shown upon the Proposal and no additional compensation shall be due
therefor.
5-09. -REHABILITATE LANDSCAPED AREA:
The contractor shall exercise caution in working within the land-
scaped area west of Melrose Avenue so as to minimize disturbance
of existing lawn, fence and other private improvements. Picket fence
will be removed, stored in a safe place during construction and
reinstalled.
The top of backfill of the trench for the drainage pipe within the
landscaped area will consist of six (b) inch thickness of imported
garden (top) soil, and seeded with Butler Mills Mix #3 or approved
equal, applied at 7 to 8 pounds per 1000 square feet of area.
Prior to seeding, fertilize with an approved fertilizer at the rate
of 40 pounds per 1000 square feet. Patch any grassed area damaged
during construction with top soil, fertilize and seed as above.
The contractor shall keep the seeded area wet and moist for five
consecutive days.
-15-
.,
5-10. OBSTRUCTIONS:
The contractor may, for his ease and convenience of construction,
cut any existing sewer lateral and provide temporary by-pass and
then reconnect at his own expense. Inquiries concerning utilities
other than sewer laterals shall be directed to the servicing
utility company.
5-11. PAVEMENT REPLACEMENT:
Pavement replacement shall be in accordance with the provisions
of Section 13-03. The thickness of AC shall be three (3) inches
and the aggregate base shall be six (6) inches in thickness.
5-12. WATER SUPPLY:
The cost of all water supplied and used in the_ course of construction
of this project shall be considered as included in the various items
of work as shown on the Proposal.
5-13. BASIC AND ALTERNATE BIDS:
The bid, if awarded, shall be for either the work as described in
the Proposal under "Basic Bid" or under "Alternate Bid." Con-
tractors rna~x submit proposals under either one or both items. Zrhe
amount of the bidders bond shall be based upon the lesser total bid.
`~ ~
s ~ (~ ` /
-16-
t ne t ~aveters tnciemnity t;lompany
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
Linda T. Meiser 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 ir. full force and effect:
Axnct.r•. IV, SecTrox 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 on behalf of the Company to execute and
deliver, and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or
o[her 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.
AarrcLr. I\', Secrro~ 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 duly attested and seated, if a seal is required, bv_ any Secretary
or am• 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, anv
Vice President or any Second Vice President and countersigned and sealed, if a seal is required, b} 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:
VOTED: 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, recognizance or other written obligatron in the nature thereof; such signature and sett,
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 WI"I'NF:SS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these
presents to be signed b~~ its proper officer and its corporate seal to be hereunto affixed this 3rd
day of October 19 67 .
THE TRAVELERS INDEMNITY COMPANY
~~_ SEAL •.O ~~)'~~~
~~• : 3
U`''• ..~ ;ate
c`~1 " *'' 1~.=1 St•crt•I,u~, I idc~lil~ .Ind tiuml~
~,>> 5
State ~f Connecticut, County of Hartford-ss:
t)n Ihi~ 3rd day of October in the year 1967 before nu' Ix~rson,tlly
:~nll f ,. It„~~c~r ~V'heelcr to inr• Icuown, who, beiul; by me duly sworn, did delx,se and sa~•: that h~~ rrsidr; ut
thy- ~i;rlr~ .,f t~onnecticut; that he is Secretar~• (fidelity autl Surety) of "l'llf? "1'RAVEI..h:IlS INUf~:11N1 I'1'
f ~t1111';1V'1', Iln• corporation described iu and which executed the abo~~c instrunlenl; that hr kno~es the seal
•,f ~:,Id . orlu,r.ltion; that the seal affixed to said instrument is such corlun-ate seal; that it ~~~as so affixed b~~
:,ulhoril; "I I,iS ufl~ice under the by-laws ul said corporation, and th.lt ht' sis;nrtl his name thereto by likr
.,nfl;~,iif ;.
GP0.ET' D.,lG
~ ~ ~ t
F;~•NOTARY •.!~
...
,y~'•, PUBI-IC ~'
9~pr'•...:..' O~~'
{iOR~, ~.
~.,... --
Notary fuhlic
My comntissiun expires April 1, 1969
-;~~~-
l~ ~~ eI
1
J. /,'Cl~l'1
CERTIFICATION
I, Wm A. Shrake, Assistant Secretary (Fidelity and Surety) of THE TRAVELERS INDEMNITY
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 Hartford, Connecticut, this
16th day of July 19 6$ .
S '.....vw; r~!
~~.~ ,. ~
`i -~~ ~,
~~ 8E•AL .`
r~ ~'
•.~ ,~
d o'~i
1.1869 (HACK)
l,~'^^ .~ , ~~
Assistant Secretary, Fidelity and Surety
~~~~