Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout1998-239
BOUND DOCUMENT .
1
RESOLUTION NO.~8-239
2
RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF
3 SAN BERNARDINO AWARDING A CONTRACT TO GILBERT AYALA AND SONS,
INC. FOR IMPROVEMENTS IN RIALTO A VENUE FROM RANCHO A VENUE TO 900
4 FEET WEST--RETAINING WALL AND SIDEWALK PER PLAN NO. 9763
5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF
6 SAN BERNARDINO AS FOLLOWS:
7 SECTION 1. GILBERT AYALA AND SONS, INC. is the lowest responsible bidder
8 for: Improvements in Rialto Avenue from Rancho Avenue to 900 feet west--Retaining wall and
9 sidewalks per Plan No. 9763. A contract is awarded accordingly to said bidder in a total
10
amount of $67,758.22, but such award shall be effective only upon being fully executed by both
11
parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized to
12
13 execute said contract on behalf of the City; a copy of the contract is on file in the office of the
14 City Clerk and incorporated herein by reference as fully as though set forth at length.
15 SECTION 2. This contract and any amendment or modifications thereto shall not take
16 effect or become operative until fully signed and executed by the parties and no party shall be
17
obligated hereunder until the time of such full execution. No oral agreements, amendments,
18
modifications or waivers are intended or authorized and shall not be implied from any act or
19
20 course of conduct of any party.
21 SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it
22 within sixty (60) days of the passage of this resolution.
23 III
24
III
25
26
III
27
28
. .
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
.98-239
RESOLUTION...A WARDING A CONTRACT TO GILBERT AYALA AND SONS,
INC. FOR IMPROVEMENTS IN RIALTO A VENUE FROM RANCHO A VENUE TO 900
FEET WEST--RETAINING WALL AND SIDEWALK PER PLAN NO. 9763
I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and
regular
Common Council of the City of San Bernardino at a _meeting thereof, held on thel21Jtay
of AUglls:t;-1998, by the following vote, to wit:
Council Members:
ABSTAIN
ABSENT
AYES
NAYS
ESTRADA
x
LIEN
x
ARIAS
----X...
SCHNETZ
x
DEVLIN
x
ANDERSON
----X...
MILLER
x
~~
The foregoing ordinance is hereby approved this /f;hL day
of Auaust ,1998.
Approved as to
form and legal content:
JAMES F. PENMAN,
City Attorney
By: ~ t. p~~
o
I
l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
08/18/1998
Item 112
Res 98-239
f'" vi c,l.~ '(j)
v ,\ .. C; ,-" , ____.
FILE NO. 1. 7102
ACCT. NO. 129-367-5504-7102
CITY OF SAN BERNARDINO
STATE OF CALIFORNIA
CONTRACT DOCtlHENTS
PLUS AND SPECIAL PROVISIONS NO. 9763
FOR
STREET IMPROVEMENTS
AT
RIALTO AVENUE
FROM
RAIICKO AVENUE TO 900' WEST
DIVISION OF ENGINEERING
DEPARTMENT OF DEVELOPMENT SERVICES
CITY OF SAN BERNARDINO
MARCH, 1998
BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M.
ON
JULY 14
, 1998
EX/-HBIT tiN!
I
.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
FILE NO. 1. 7102
W.O. NO. 7102
ADDENDUM NO. ONE
FOR
STREET IMPROVEME1~S
AT
RIALTO AVENUE
FROM
RANCHO AVENUE TO 900' WEST
PLAN NO. 9763
The Special provisions for this project are hereby amended as
follows:
Enclosures:
Bid Item No. 7 "Asphalt concrete pavement overlay".
The quantity has been revised.
Bid Item No. 8 "Construct Retaining Wall Various
Heights". The quantity and bid
description have been revised.
Bid Item No. 13 - "Install 42" Metal Hand Railing".
The quantity has been revised.
Add Bid Item No. 14 "Class II Aggregate Base".
Add Bid Item No. 15 "construct Retaining Wall
various Height (6'-0" to 10'0")
Add SECTION 15 "AGGREGATE BASE MATERIAL"
All bidders shall indicate receipt of Addendum No. One in
their bid.
By:
/' I
~~//zg~
city Engineer
Date:
7-~-9S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
BID SCHEDULE
PLAN NO. 9763
ITEM OUANTITY
UNIT
DESCRIPTION OF ITEMS WITH
UNIT PRICE WRITTEN IN WORDS
PRICE TOTAL
6. 266
L.F.
Construct P.C.C. Curb and
Gutter, Type "B", at
per L.F.
7. 90
TONS
Asphalt Concrete Pavement and
overlay, at
per TON
8. 216
L.F.
Construct Retaining Wall
Various Heights (3'-4" to
6'0"), at
per L.F.
9. 120
L.F.
Install 60" Chain Link
Fence (Commercial Chain Link
Fence), at
per L.F.
ADDENDUM NO. ONE
FILE NO. 1. 7102
07/08/1998
I 98 239
I BID SCHEDULE
I PLAN NO. 9763
I DESCRIPTION OF ITEMS WITH
ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL
I 10. 1 EACH Reset Existing Mail Box, at
I per EACH
I 1l. 4 EACH Relocate Existing Roadside
sign on Single Post, at
I per EACH
I 12. 2 EACH Adjust Water Meter to Grade,
at
I
I per EACH
13. 90' L.F. Install 42" Metal Hand Rail-
I ing, at
I per LIN. FT.
I 14. 96 TONS Class II Aggregate Base, at
I per TON
I
I
I ADDENDUM NO. ONE
FILE NO. 1. 7102
I 07/08/1998
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
as 239
BID SCHEDULE
PLAN NO. 9763
ITEM OUANTITY
DESCRIPTION OF ITEMS WITH
UNIT UNIT PRICE WRITTEN IN WORDS
PRICE TOTAL
15.
216
L.F. Construct Retaining Wall at
Various Heights (6'-0" to
10'0"), at
per LIN. FT.
TOTAL BID $
NOTE:
The unit
shown in
for each
inserted
price must be written in words and also
figures. The total price must be extended
item of work and the total of all items
in the space provided.
ADDENDUM NO. ONE
FILE NO.1. 7102
07/08/1998
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 15
15-1 AGGREGATE BASE
15-1. 01 GENERAL Aggregate base shall comply with
requirements of Section 200-2, "Untreated Base Materials", and
section 301-2, "Untreated Base", of the Standard Specifications and
these Special provisions for crushed aggregate base.
Crushed rock for aggregate base shall be 3/4 inch.
15-1.02 PAYMENT The contract unit price paid per ton
for aggregate base shall include full compensation for doing all
the work involved in preparing the subgrade and placing material as
shown on the Plans and as directed by the Engineer, and no
additional compensation will be allowed therefor.
ADDENDUM NO. ONE
FILE NO. 1. 7102
07/08/1998
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
Engineer's Estimate $ 86,263.00
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the City of San Bernardino will
receive bids for proposals for:
STREET IMPROVEMENTS
AT
RIALTO AVENUE
PROM
RANCHO AVENUE TO 900' WEST
in accordance with Special provision No. 9763 on file in the
Office of the city Engineer, Third Floor, San Bernardino City Hall.
Deliver all bids to the City Engineer's Office, Third Floor, city
Hall, 300 North "D" Street, San Bernardino, California, with the
Specification title and number clearly marked on the outside of the
envelope.
Said bids or proposals will be received up to the hour of 2:00
p.m., on July 14 , 1998, at which time all of said bids or
proposals will be publicly opened, and examined and declared in the
City Engineer's Conference Room, Third Floor, City Hall.
No bid will be received unless it is made on a proposal form
furnished by the city. All bids or proposals shall be signed,
sealed and accompanied by cash, cashier' check, certified check or
bid bond made payable to the City of San Bernardino, in the amount
of ten percent (10%) of the bid. Such cash, check or bond shall be
given as a guarantee that the bidder will enter into the contract
if awarded to him. In the event the bidder refuses to execute said
contract, the use by the public of the improvements will be de-
layed, and the public will suffer great damage. From the nature of
the case, it would be extremely difficult and impractical to fix
said amount of damages. Therefore, the city and the bidder agree
that the above sum of 10% percent shall be paid to the City upon
the condition above set forth as liquidated damages and not as a
forfeiture. All bonds furnished pursuant to this notice must be
underwritten by a surety company having a rating in Best's most
recent Insurance Guide of "A" or better.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
Pursuant to law, the Mayor and the Common council of the City of
San Bernardino, by Resolution No. 90-358 and any and all amendments
thereto which are hereby referred to and made a part thereof by
references as fully as though set at length herein, have
ascertained and determined the general prevailing rate per diem
wages, and of per diem wages for legal holidays and overtime work
for each craft or type work of workman needed in the execution of
contracts under jurisdiction of said Mayor and Common Council.
said prevailing rates of wages shall conform to II General
Prevailing Wage Determination made by the Director of Industrial
Relations", filed in the office of City Clerk, which are made a
part of said Resolution No. 90-358 and amendments thereto.
The Contractor may substitute securities for any monies withheld by
the Agency to ensure performance under the contract as provided for
in section 22300 of California Government Code and Section 10263 of
the California Public Contract Code.
It shall be mandatory upon the Contractor to whom the contract is
awarded and upon any sub-contractor under him to pay not less than
specified rates to all laborers, workmen, and mechanics employed by
them in the execution of the contract, and to prevent discrimin-
ation in the employment of persons because of race, creed, color,
or national origin, as set forth in the provisions of Resolution
No. 7414 of the Mayor and Common Council of the City of San Bernar-
dino.
The Contractor shall possess a Class "A" License or other
ADDroDriate License at the time the contract is awarded. The
prime Contractor shall perform, with his own organization, contract
work amounting to at least 3S percent of the contract price.
A Pre-Bid Meeting will be held on Tuesday , July 7. 1998 ,
at 2:00 PM , at the office of the Director of Public
Works/City Engineer, city Hall, Third Floor, 300 North "D" Street,
San Bernardino, CA 92418. This meeting is to inform bidders of
MBEs/WBEs subcontracting and material supply opportunities, and to
make the prime Contractor aware of the city's outreach program as
it relates to minority hiring and participation. Bidder's
attendance at this meeting is recommended, but the prime may
certify that they are familiar with the program and attendance is
not required. Attendance and/or certification may be used as part
of the good faith effort.
The City of San
informalities or
Specifications, or
Bernardino reserves the right to waive any
inconsequential deviations from contract
to reject any and all bids.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
No bidder may withdraw his bid within 45 working days from the
date of bid opening.
Plans and Specifications may be obtained from the City Engineer's
Office, third floor, city Hall, 300 N. "D" street, San Bernardino,
California 92418, upon a non-refundable payment of $ 15.00
for each set.
CITY OF SAN BERNARDINO
I! ' ' ''I' . ,
/.d'4{j( !/~ff1"'~
CHEL C
City Cler
NOTICE TO ADVERTISE
SPECIFICATION NO. 9763
SHALL APPEAR IN FIRST ISSUE NOT LATER THAN
DATE 6/12/98 and 6/17/98
SECOND PUBLICATION FIVE DAYS LATER
SIGNATURE
DATE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
PROPOSAL FORM
TO THE MAYOR AND COMMON COUNCIL OF
THE CITY OF SAN BERNARDINO
The undersigned declares that he has carefully examined the
location of the proposed work, that he has examined the Plan and
read the accompanying instructions to bidders and hereby proposes
to furnish any and all required labor, materials, transportation
and service for the
STREET IMPROVEMENTS
AT
RIALTO AVENUE
PROM
RANCHO AVENUE TO 900' WEST
in strict conformity with Plans and special provisions No. 9763.
City of San Bernardino, Department of Public Works, and also in
accordance with Standard Specifications for Public Works
Construction, 1997 Edition. Undersigned proposes and agrees if
this proposal is accepted, that he will contract with the city of
San Bernardino, in the form of the copy of the contract annexed
hereto, to provide all necessary machinery, tools, apparatus and
other means of maintenance, and to do all the work and furnish all
the materials specified in the contract, in the manner and time
therein prescribed, and that he will take in full payment therefor
the following unit prices or lump sum prices, to-wit:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n 239
ITEM OUANTITY
1. 1
2. 1
3. 1
4. 360
5. 2,780
UNIT
L.S.
L.S.
L.S.
S.F.
S.F.
BID SCHEDULE
PLAN NO. 9763
DESCRIPTION OF ITEMS WITH
UNIT PRICE WRITTEN IN WORDS
MObilization at the Lump
~ price of ~~ t-V"\l'lllc../).r1d_
11 16 fll1d 1)0 .
Traffic Control at the
Lump Sum price of ----
~: :ft61,'~i7~1f~~
Clearing & Grubbing, Un-
classified Excavation and
Unclassified Fill at he
Lump Sum price of'./' (
C.
Construct P.C.C. Commercial
Driveway AP~oach, Tyae II,
at --rl')(u~. a/It! (5 tn;;
1S/,lfl
per SQ. FT.
PRICE TOTAL
L.S.
If 'IOOD. 09
L.S.
~ 2-, 3.1D. Ii]
L.S.
fJ 1~,Sa5. ~
$ I, 3esD'~
cons~uct p,c,c1 si~walk, at
-r tU 0 () Il~ ,"0 Qa (pO l5rl
4 7, J.:J,<6 ~
per SQ. FT.
I
I
I
II
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
98 239
ITEM OUANTITY
6. 266
7. 90
8. 216
9. 120
UNIT
L.F.
TONS
L.F.
L.F.
BID SCHEDULE
PLAN NO. 9763
DESCRIPTION OF ITEMS WITH
UNIT PRICE WRITTEN IN WORDS
construct P.C.C. Curb and
G1,l.tter, Type "B", at
t:;1t.vU) do"IiV"~ 0 fltJ 'tJ)},I'J:'.
.
1/ 11.60
per L.F.
PRICE TOTAL
fl 3,lfJ1. Ii]
Asphalt Concrete Pavement and
Overlay, at
~ ~i y f'J Vld OO/'hQ iJ 5/6t./D. <8.
JJ 1/ /,6 <g D. of!.
.dI ~ .a&5. hJ].
.f f)(. . iJV
per TON
Construct Retaining Wall
Various Heights (3'-4"
6'0"). at 0
QJyj 00 Ian ~...,.
.. 5&; OJ
per L.F.
Install 60" Chain Link
Fence (comm~6ht~p ~a~n n7tk
Feyce) I at "Torl' IArl,.
'&~ I"".
.
s ~.t~
per L.F.
ADDENDUM NO. ONE
FILE NO. 1. 7102
07/08/1998
I
! I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98
239
BID SCHEDULE
PLAN NO. 9763
DESCRIPTION OF ITEMS WITH
ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL
10. 1 EACH ~ting Mail BOX! at
ilaSD .@
UJ tl d .Pft+.do IIUS
~ /l<1/\. tP per EACH
ll. 4 EACH
ill.ci>'D . tJJ-
J I~D./P per EACH
12. 2 EACH Adjust 1ater Meter to Grade,
at Q1Je 1u /11'1/-(1 dol/cuI<., i/ JOO' liJ
4.11 d /Jol,,}D .
( ITJD. ov per EACH
13. 90' L.F. Install ~I ~et1ioHand Rail-
ing, at .(: 1 D dolltLY6 tJ ~,7/1S.~
c,:j 1,6[') .
i ~::t..c15 per LIN. FT.
14. 96 TONS Clas~ I~ Agg,Je;!t; Base, at
I J /1Cf5. if!;
-rh}{ vi. tJ 5 /1 ,.1/1
'17 0
$I Z:P41 per TON
ADDENDUM NO. ONE
FILE NO. 1. 7102
07/08/1998
I
I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
In case of a discrepancy between words and figures, the words
shall prevail.
It is the understanding of the undersigned that the work
hereinabove described shall be commenced within 10 working
days from the date of the "Notice to Proceed", and shall be
completed within 40 working days from the date of said
notice.
The undersigned further agrees that in case of default in
executing the contract, or furnishing necessary bonds, all within
the specified time, the proceeds of the Bidder's Guaranty
accompanying this proposal shall be paid to the city of San
Bernardino as liquidated damages.
act providing
{ oOt:5n'-kJ
for
the
,
FIRM NAME:
BUSINESS ADDRESS: 0
SIGNATURE OF BIDDERS:~
" () ca t/dl'jO.;L
If an individual, so state. If a firm or co-partnership,
state the firm name and give the names of all individuals, co-
partners composing the firm. If a corporation, state legal name of
the corporation, also the names of the president, secretary,
treasurer and manager thereof.
0ilJyf-f 0Ja/(J cfStfflS, M1c.
DCI rlt1~~ - P{j,c"dmf +('J{) ,
Jrr(\{lie, Djli/Il - V/{Js"knf. ~/.[..lafzr
Teleohone No. (Qo0l <i<f:~' 7 ?-f1D
Dated: ju..L~_ 1'-1 , 1998
BIDDERS ACKNOWLEDGEMENT 01' ADDENJUKS:
ADDENDUM NO.1 '0f ~ 0-
DATE:
~
ADDENDUM NO. 2
DATE:
ADDENDUM NO. 3
DATE:
I
I
I
I
In compliance with the provisions of section 4100-4110 of California Public
I Contract Code of the state of California, and any amendments thereof, each
bidder shall set forth the name and location of each subcontractor who will
perform work or labor or render service to the Contractor.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98
239
G,\\)y+ ~ 6UY101.-c~IC,
BIDD FIRM NAME
DESIGNATION OF SUB-CONTRACTORS
Name & Address
Under Which
Subcontractor
Licensed
Agency of
MBEjWBE
certification
and Number
(If ADDlicablel
Sub-Contractor
Phone No.
Sub-Contract
Amount
Specific
Description
Jlko('(\ ~Pr'{P,
~
Jt&.9SJ. -
.
cJ'U..\Y\ L(\L-
.tV1r I' 4- 4:)"
hl1rrJn:u~ L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~8 239
CERTIFICATION
I am aware of, will comply with, section 3700 of the
Labor Code, requiring every employer to be insured
against liability for Worker's Compensation or to
undertake self-insurance before commencing any of the
work.
Contractor:
NAME OF FIRM:.GJlrYV-+ ~l f; $UYJS;J:v.1c
BY:~(':"-- 0- ~
R /
TITLE: {~5.
DATE:~~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
38 239
(This affidavit shall be executed by all bidders at the time of bid
submittal. Failure to execute the affidavit on this page will result
in rejection of bid.)
NON-COLLUSION AFFIDAVIT
To the City of San Bernardino, State of California, Department of
Public Works/Engineering:
The undersigned in submitting a bid for performing the following work
by contract, being duly sworn, deposes and says:
That he has not, either directly or indirectly, entered into any
agreement, participated in any collusion, or otherwise taken any
action in restraint of free competitive bidding in connection with
such contract.
Jlw(
SUbs9~ibed and sworn to before me this Iv-
19..2L.
/-cJ ~.::;.o/L-
Notary pWOlic in and for the county of
--S:>1'7 ~r1J,l/'c.~---d , state of California.
~x: /a&t./
...Stm /-;1/ flat dt~(~ LA / q!Jifo;;,-
Business Ad ress
/~IJ5J :1/Jf1RW2e (lj /tAU q()(J)3
Place of sidence
My commission expires on
1.7'--" W. JOHNSON t
j'i.",-, ..:t COMM. N10738O' Z
~ t:i4. NOT AfW PUBLIC. CAUFORNIA 3:
-. SAN IEANARDINO COUNTY ...
My Comml..lon I.plt.. O;tob.r 14, 1999
'~ .
Signa~f
~L
Bi er
day of JZt /66
lu' /</
1919.
I
98
239
I
I
BID BOND
I
KNOW ALL MEN 8Y THESE PRESENTS,
BOND NO. 50633-11
PREMIUM INCLUDED IN
PERFORMANCE BOND
I
Thffiwe, GILBERT AYALA AND SONS, INC.
as Principal, and INDEMNITY COMPANY OF CALIFORNIA
a corporation
I
authorized to transact a general surety business in the State of CALIFORNIA
as Surety, are held and firmly
bound unto THE CITY OF SAN BERNARDINO
I
(hereinafter called the Obligee)
in the full and just sum of
NOT TO EXCEED TEN THOUSAND FIVE HUNDRED AND NO/lOa
I
Dollars, ($ 10,500.00
) for the payment whereof in lawful money of the United States, we bind ourselves, our
I
heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
I
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for
STREET IMPROVEMENTS (9763)
I
NOW, THEREFORE, jf the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee
the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perlorm the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force
and effect.
I
I
I
I
Signed and Sealed this 9th
day of JULY
1998
I
I
I
GILBERT AYALA AND SONS.~C.
(0c , C;~
I
8y:
MIC
Attorney-in-Fact
Principal
I
10 114 (Bid Bond)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 10.,,, \<,,'6.'9'
98
239
STATE OF CAL IFOIU'lIA } 55.
COUNTY OF SAN BERNARDINO
On JULY 9, 1998 , before me, MARIE T. ROUSSERE, NOTARY PUBLIC
PERSON ALL Y APPEARED MICHAEL J, HENSEL
,
personally known to me (or pro\'ed to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
isl are subscribed to the within instrument and acknowl-
edged to me that he/she/they executed the same in hisl
her/their authorized capacity(ies), and that by his/herl I @ _lET. ROUSSER' I
their signature(s) on the instrument the person(s), or the
<:l' COMM. #1133238 o:l
entity upon behalf of which the person(s) acted, executed t;.. NOTARY PUBLIC. CAUFOANIA ~
the instrument. al SAN BERNARDINO COUNTY ~
WT m: h,od =d O"'d'l)",.) I My Comm. Expires Apr. 9, 2001 I
S"",,;;jJ/;j)"e ,e>'11 L.t-&M.I;e. / This area for Official Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
o INDIVIDUAL
o CORPORATE OFFICER BID BOND
TITLE OR TYPE OF DOCUMENT
TlTlE(S)
o PARTNER(S) o LIMITED
o GENERAL ONE
[K] ATTORNEY-IN-FACT NUMBER OF PAGES
o TRUSTEE(S)
o GUARDIAN/CONSERVATOR
o OTHER: JULY 9, 1998
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES) NONE
INDEMNITY COMPM,Y OF CALIFORNIA SIGNER(S) OTHER THAN NAMED ABOVE
ALL-PURPOSE ACKNOWLEDGEMENT
I
98
238
POWER OF ATTORNEY OF
INDEMNITY COMPANY OF CALIFORNIA
AND DEVELOPERS INSURANCE COMPANY
p.o. BOX 19725. IRVINE. CA 92623' (714) 263-3300
N~ 0 5 1 1 1 7.
I
NOTICE:
1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1999.
2. This Power of Attorney is void it altered or if any portion is erased.
3.
I
This Power of Attorney is void unless the seal is readable. the text is in brown ink, the signatures are in blue ink and this notice is in blue ink.
4. This Power of Attorney should not be returned to the Attomey(s)-In-Fact, but should remain a permanent part of the obligee's records.
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each
severally, but not jointly. hereby make, constitute and appoint
I ***Michael J. Hensel, Marie T. Roussere, jointly or severally***
I
I
tHe true and lawful Attorney(sHn-Fact. to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts of suretyship
in an amount not exceeding Three Million Five Hundred Thousand Dollars ($3,500,000) In any single undertaking; giving and granting unto said Attomey(s)-In-Fact full power and authority
to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do. but reserving to each of said corporations full
power of substitution and revocation: and all of the acts of said Attomey(s)-ln~Fact. pursuant to these presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY
COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986:
I
RESOLVED. that the Chairman of the Board. the President and any Vice President of the corporations be. and that each of them hereby is, authorized to execute Powers of
Attorney. qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporations. bonds, undertakings and contracts of suretyship; and that the Secretary
or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
I
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile. and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
I
IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respective
Presidents and attested by their respective Secretaries this 3rd day of February, 1997.
INDEMNITY COMPANY OF CALIFORNIA
DEVELOPERS INSURANCE COMPANY
I By
.0 .
By
~~
Walter Crowell
Secretary
I
Dant . Vincenti, Jr.
esident
ATTEST
I By
A&~
By
Secretary
I STATE OF CALIFORNIA
COUNTY OF ORANGE
1
158.
I
I
On February 3, 1997, before me, Sherie L. Bell, personally appeared Dante F. Vincenti, Jr. and Walter Crowell, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they exec;uted the same in his/her/their
autl10rized capacity(ies}, and that by his/her/their signature(Sl on the instrument the person{s). or the entity 'Joon behalf of which the person(sl acted, executed the instrument.
WITNESS my hand and official seal.
I Signa,",e~AhY ~
I
CERTIFICATE
r~g;; 1'1" HRI,e L' BElL IIII
llQ COMM.I1119419 \l
!i II> NOTNIY PUlllJ:. CALfORNIA It
I " 0IW<<lE CWlTY I
'1If1111. rTl~I~~r~:~;~.
I
The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby
certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the provisions of the resolutions of the respective
Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of thiS Certificate.
This Certjficate is executed in the City of Irvine, California. this..9...t.h... day of JULY
.199~.
INDEMNITY COMPANY OF CALIFORNIA
DEVELOPERS INSURANCE COMPANY
I
By
~(O~
L.C. Fiebiger
Senior Vice President
By
~(O~
L.e. FiebIger
Senior Vice President
I
10-313 REV. (3/97)
I
c .,
:10
239
I
I
CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT
~-C<',C('-C<',C('...c<-.c<'.c<'..c<'~.Q:.q.&'~rt..e..<<~&(:e.<<-Q:-~~~-C<'"..c<'".c<'..c<'..c<'.c<',C(',Q(',C<'-C<',.c.c--C<',C('..c<'.c<'.c<'.c<"'..c<',o..,]
~ State of California .} ~
~ County of 51/7 &1' X'J-lh~_-d ss, ~
~ 9,
~ On '7.1<1, 98 , before me, te.). .J;:;J., r,ScTTv. ;.b>'z:;.ry i; /J), (1~ i
!l DalO J) _ . Nam..,' nil> 01 0",,,, ('.g,. 'J". Do., N6"~ P,bli,') ~
~ personally appeared ffil/1 /7'1 t!!2."rI/c. ~ ~
~ Name(s) of Signer(S) \.
.i? xpersonally known to me 9,
P 9,
P = proved to me on the basis of satisfactory 9,
~ evidence 9,
~ to be the person~ whose name(S) is/~ ~
:. subscribed to the within instrument and ~
~ acknowledged to me that he/~/tl(€y executed ')
g the same in his/~r/~ir authorized ~
(f 1 capacity(i)t), and that by his/j:ler/~ir 9,
8,,' ~. '.-> , W. JOHNSON signature~on the instrument the person~, or ~
" ~ ~ " COMM.11073801 2 the entity upon behalf of which the person(6) ')
" :tz 'f-i .:t NOT ..."V PUIL1C . CAUFOANIA ~ ~
; _" SAN SEIINA"DINO COUNTY - acted, executed the instrument. Ii
2 My Comml..lon "_I'" O'la"' ,.t, ,... ~
~ WITNESS my hand and officiai seal. $
? k) ~~ ~
~ Place Notary Seal Above S
~ >
^
~
;>
>
,~
~
Q
"
.!.:'
~
o
I'
~
!l
~ Capacity(ies) Clai{ned by Signjl!' ;.'
< Signer's Name: J.)? ,Y' J1 Y ti:::./,<%. <L
.~= Individual '/) (-17- Top of thumb here
.~ "1-- Corporate Officer - Titie(s): rn's.,cU-",.f
..... - Partner - C Limited = General /'
~ Attorney in Fact ;
~ Trustee ~-)
~ Guardian or Conservator 3
~ Other: (
~ Signer Is Representing: (;/. / ~t/" I IfL-/td4- Y. h., +/lC' >
9 ~ I ~
~ ^
~xx.~<<;~<:~::'Z::.'1<:'~<<~..y<:''<X<<~'GC'C<}6:''''X'c..('<<.-<.C,(..'<XC(;~:<:'':':;I'"~:<<<<~D:'6(;;';:;':;'::;:<<'CZ~<<~-Q..~~~~~vj
iC 1997 National Notary Association' 9350 De Solo Ave.. P.O. Boll. 2402 . Chalsworth, CA '3')13-2402 Proo. No. 5907 Reorder: Call ToU-Free 1.800.876.6827
OPTIONAL
I
I
I
I
I
I
I
I
I
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
>
,
I
Description of Attached Docul1Ul9t , .(' .
Title or Type of Document: b ;C{ "'k,:ry",:(
-/ q L()
Document Date: - - ( <'l Number of Pages:
Signer(s) Other Than Named Above: //), U JS / J ~1 ~
fl-rJ-..
,
Q
,:
I
I
"
^
{>
-\
9,
,
RIGHT THUMBPRINT
OF SIGNER
,:
"
^
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
:)8 239
SPECIAL PROVISIONS
SECTION I
SPECIFICATIONS AND PLANS
1-1.01 GENERAL -- The work embodied herein shall be done in
accordance with the Standard Specifications for the Public Works
Construction, ~ Edition, and city of San Bernardino Standard
Drawings, insofar as the same apply and in accordance with the
following special Provisions.
1-1.02 DEFINITIONS Whenever in the Standard Specifi-
cations the following terms are used, they shall be understood to
mean and refer to the following:
Aaencv
- The city of San Bernardino.
Board
_ The Mayor and Common council for the city
of San Bernardino.
Enaineer
_ The Director of Public Work/City Engineer
for the city of San Bernardino.
Laboratorv
_ The laboratory to be designated by the
city of San Bernardino to test materials
and worked involved in the contract.
Notice Advertisina for Bids
Notice Inviting Bids.
Standard sDecifications
Standard Specifications for Public Works
Construction.
Other terms appearing in the Standard
these Special Provisions, shall have the
specified in Section 1-2, "Definitions", in
fications.
Specifications, and
intent and meaning
the Standard speci-
In case of
these Special
precedence over
conflict between the Standard specifications, and
provisions, the special provisions will take
and be used in lieu of such conflicting portions.
SP-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r '....
~(j
239
SECTION 2
2-1 PROPOSAL REOUlREMENTS AND CONDITIONS
2-1.01 General -- Bids must submitted on the proposal form
contained herein. All bids or proposals shall be signed, sealed
and accompanied by cash, cashier's check or bid bond made payable
to the city of San Bernardino, in the amount of ten percent (10%)
of the bid. Such cash, check or bond shall be given a guarantee
that the bidder will enter into the contract, if awarded to him.
In the event the bidder, to whom the contact is awarded, refuses to
execute said contract, the use by the public of the improvements
will be delayed and the public will suffer great damage. From the
nature of the case, it would be extremely difficult and impractical
to fix said amount of damage. Therefore, the city and the bidder
agree that the proposal guarantee of 10% of the bid shall be paid
to the city as a forfeiture. Bid bonds shall be underwritten by
a surety company having a rating Best's most recent Insurance Guide
of "A" or better.
2-1. 02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A
policy for establishing goals for participation of Minority and
Women's Business Enterprises (MBE/WBE) was adopted by Resolution
No. 95-409 of the Mayor and Common council of the City of San
Bernardino, on 11-20-95. This outreach program superseded
Resolution No. 93-411 and the Standard operation Procedures dated
January 1994.
Bidder's or Proposer's outreach efforts (good faith efforts)
must reach out to MBEs, WBEs and all other business enterprises.
Prime bidders could reasonably be expected to produce a level of
participation by interested subcontractors of 15 % MBE and
5 % WBE on this project.
Bidders shall make every reasonable effort to solicit bids
from MBE/WBEs.
A justification shall be provided to support the rejection of
any bid from a minority or women's business enterprise, certified
by Caltrans.
SP-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
!J8 239
POLICY
MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISES
AND CITY PROCUREMENTS
It is the policy of the City of San Bernardino to provide
Minority Business Enterprises (MBEs), Women Business Enterprises
(WBEs) and all other enterprises an equal opportunity to
participate in the performance of all city contracts. Bidders
and proposers shall assist the City in implementing this policy
by taking all reasonable steps to ensure that all available
business enterprises, including local MBEs and WBEs, have an
equal opportunity to compete for and participate in City
contracts. Bidders' or proposers' good faith efforts to reach-
out to MBEs, WBEs and all other business enterprises shall be
determined by the following factors:
(1) The bidder or proposer attended pre-solicitation or
pre-bid meetings, if any, scheduled by the city to inform all
bidders or proposers of the requirements for the proj ect for
which the contract will be awarded. The City may waive this
requirement if the bidder or proposer certifies it is informed as
to those project requirements.
(2) The bidder or proposer identified and selected specific
items of the project for which the contract will be awarded to be
performed by sub-contractors to provide an opportunity for
participation by MBEs, WBEs and other business enterprises. The
bidder or proposer shall, when economically feasible, divide
total contract requirements into small portions or quantities to
permit maximum participation of MBEs, WBEs and other business
enterprises.
(3) The bidder or proposer advertised for bids or proposals
from interested business enterprises not less than ten calendar
days prior to the submission of bids or proposals, in one or more
daily or weekly newspapers, trade association publications,
minority or trade oriented publications, trade journals, or other
media specified by the city.
(4) The bidder or proposer provided written notice of its
interest in bidding on the contract to those business
enterprises, including MBEs and WBEs, having an interest in
participating in such contracts. All notices of interest shall
be provided not less than ten calendar days prior to the date the
SP-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n 23~)
bids or proposals were required to be submitted. In all
instances, the bidder or proposer must document that invitations
for sub-contracting bids were sent to available MBEs, WBEs and
other business enterprises for each item os work to be performed.
The Mayor's
help identify
enterprises.
Affirmative Action Office shall be available to
interested MBEs, WBEs and other business
(5) The bidder or proposer documented efforts to follow up
initial solicitations of interest by contracting the business
enterprises to determine with certainty whether the enterprises
were interested in performing specific portions of the project.
(6) The bidder or proposer provided interested enterprises
with information about the Plans, Specifications and requirements
for the selected sUb-contracting work.
(7) The bidder or proposer requested assistance from
organizations that provide assistance in the recruitment and
placement of MBEs, WBEs and other business enterprises not less
than fifteen days prior to the submission of bids or proposals.
(8) The bidder or proposer negotiated in good faith with
interested MBEs, WBEs and other business enterprises and did not
unjustifiably reject as unsatisfactory bids or proposals prepared
by any enterprises, as determined by the city. As documentation
the bidder or proposer must submit a list of all sub-bidders for
each item of work solicited, including dollar amounts of
potential work for MBEs, WBEs and other business enterprises.
(9) The bidder or proposer documented efforts to advise and
assist interested MBEs, WBEs and other business enterprises in
obtaining bonds, lines of credit, or insurance required by the
City or Contractor.
If the city has established expected levels of participation
for MBE and WBE sub-contractors, failure to meet those levels
shall not be a basis for disqualification of the bidder or
proposer. A determination of the adequacy of a bidders' or
proposers' good faith effort must be based on due consideration
of the indicia of good faith as set forth above.
In the event that the city is considering awarding away from
the lowest bidder or not awarding a contract to a propose because
the bidder or the proposer is determined to be non-responsive for
failure to comply with the good faith indicia set forth above,
the City shall, if requested, and prior to the award of the
contract, afford the bidder or proposer the opportunity to
SP-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n 239
present evidence to the Mayor and Common Council in a public
hearing of the bidders' or proposers' good faith efforts ~n
making its outreach. In no case should the city award away
pursuant to this program if the bidder or proposer makes a good
fai th effort but fails to meet the expected levels of partici-
pation.
For the purposes of this pOlicy, "minority" shall be
synonymous with "minority person" as defined in California Public
Contract Code section 2000(f). Nothing herein restricts the
discretion of the City to reject all bids or proposals in accord
with Charter Sections 140 and 238 or Chapter 3.04 of the San
Bernardino Municipal Code.
forth herein
Departments
the extent
take effect
modify their
programs are
The directions set
immediately, and all city
implementation programs to
inconsistent with this policy.
shall
shall
such
SP-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 3
3-1 AWARD AND EXECUTION OF CONTRACT
3-1. 01 GENERAL -- Award of the contract will normally be
made by the Mayor and the Common Council at the subsequent
Council Meeting after opening of the bids. The bidder, to whom
the contract is awarded, shall file with the Engineer all
required bonds and insurance policies, and execute the contract
within 10 calendar days after receiving notification of the
award. Failure to file the stipulated documents and execute the
contract within the prescribed time shall constitute good and
sufficient grounds for rescission of the award and payment of 10%
of the bid to the City as liquidated damages.
3-1. 02 CONTRACT BONDS -- The Payment and Faithful Perfor-
mance Bonds shall be filed with the Engineer before the contract
is executed by the city in accordance with Section 2-4, "CONTRACT
BONDS", of the Standard Specifications.
SP-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~8 239
SECTION 4
4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
TIME OF COMPLETION AND LIOUIDATION DAMAGES
4-1.01 -- Attention is directed to the provisions in Section
6-1, "Construction Schedule and Commencement of Work", in Section 6-
7.1, "Time of Completion", and in Section 6-9, "Liquidated Damages",
of Standard Specifications and these Special Provisions.
The Contractor shall diligently prosecute the work to
completion before the expiration of
40 WORKING DAYS
from the date of the "NOTICE TO PROCEED".
The Contractor shall pay to the City of San Bernardino the sum
of $100.00 per day, for each calendar days delay in finishing the
work in excess of the number of working days prescribed above.
SP-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 5
5-1 LEGAL REOUlREMENTS
5-1. 01 LIABILITY INSURANCE -- The Contractor's attention is
directed to section 7-3, "Liability Insurance", of the Standard
Specifications, providing that the Contractor shall furnish the City
with a policy or certificate of liability insurance as prescribed
therein, prior to execution of the contract. The Insurance Policy
shall name the city of San Bernardino as additionally insured. The
endorsement shall be provided by/or agent of the insurance company
and shall be notarized to that affect. ACCORD Forms are not
acceptable nor are forms signed by the broker, unless they have
Power of Attorney to bind the insurance provider. (See attached
sample forms.)
5-1.02 WORKER'S COMPENSATION INSURANCE The Contractor's
attention is directed to Section 7-4, "Worker's Compensation Insur-
ance", of Standard specifications, providing that the Contractor
shall file a signed certification Certificate of Worker's
Compensation Insurance before execution of the contract.
5-1.03 PAYMENT OF PREVAILING WAGE RATE -- The Contractor and
all subcontractors shall pay each craft or worker employed on this
project not less than the prevailing wage rates specified in
Resolution No. 90-358 of the Mayor and Common Council of the city of
San Bernardino. The Engineer shall have the right to interview any
craft or worker on the project site in order to verify payment of
prevailing wage rates in accordance with Resolution No. 90-358.
Prevailing wage shall comply with current rates and all updates.
5-1. 04 PAYROLL RECORDS -- The Contractor's attention is
directed to the following provisions of Labor Code section 1776
(stats.1978, Ch. 1249). The Contractor shall be responsible for the
compliance with these provisions by his subcontractors.
(a) The Contractor and all subcontractors shall keep an
accurate payroll record, showing the name address, social security
number, work classification, straight time, and overtime hours
worked each day and week, and the actual per diem wages paid to each
journeyman, apprentice, worker, or other employee employed by him or
her in connection with public work.
(b) The payroll records enumerated under subdivision (a) shall
be certified and shall be available for inspection at all reasonable
hours at the principal office of the Contractor on the following
basis:
SP-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c ,~.
:.10 239
(1) A certified copy of an employee's payroll record
shall be made available for inspection or furnished to such employee
or his or her authorized representative on request.
(c) Each Contractor shall file a certified copy of the records
enumerated in sUbdivision (a) with the Engineer on a weekly basis.
It will be the contractor's responsibility to submit the records
enumerated in sUbdivision (a) for all his subcontractors, in
addition to his own employees. Failure to submit the records
enumerated in sUbdivision (a) on a timely basis shall constitute
good and sufficient reason for withholding the partial payments for
work accomplished.
SP-9
. Alui' ~ie"'E~ij(,"I;aiii';INSt1R~NSBt~~~'fkt-~i~Ji(,*~4.~:r.1."1.:n~u,&
F""'~ ..~ ~"i~,L",""./,!M.._,_ "".M.~,.."",,,-_.~.W"';' =",..j'"~~".",%7r,.,..."",.,.i@,#Z:W#~ 22 95 <
PI . ;J b 23 Cl ~I~y C~FI~~~dS~~EDR~~:S ~~ .grEIN6=~~
, HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND
IMMERCIAL ASSOCIATES INS, INC ALTER THE COVERAGE AFFORDED BY THE POliCIES BEl.O~~
26 EM':' LA PALMA AVE COMPANIES AFFORDING COVERAGE
, AH:<;:IM, CA 92807 COMPANY
714) 524-4949 FAX: 524-4940 A CNA-TRANSCONTINENTAL
r
IPS SERVICES, INC.
P,O. BOX 10458
SAN BERNARDINO, CA.
COMP'''NY
B
CNA-VALLEY FORGE
I
92423-0458
COMPANY
C
CHUBB GROUP - FEDERAL INSURANCE
COMP4HY
I D
:1.~~~r::':"r-:}~~~&*t~.$M!#~#Rtil1P~@~a@.rl%1.11WIDf:%tk@ilftWHWHMtWNg~tfvV;. :2~';l>...':.i~2t~~ 1.&5:..::~~:1:z:t;~;.Z~,
~IS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO E IN RED NAMED ABOVE FOR THE POUCY PERIOD
DICATED. NOTWITHSTANDING AN'( REQUIREMENT. TERM OR CONDrTlON OF ANY CONTRA R 01: R 0 UMENT WITH RESPECT TO WHICH THIS
ERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFOROED BY THE POU E IBE EREIN IS SUBJECT TO All. THE TERI.'S.
EXCLUS'ONS AND CONDrTlONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE BEEN REDUCE C S,
T'YPE OF INSURAHCI POUCY NUMaER
AVTOMO.ILE UAarLlTY
U ANY AUTO
100 AU. OWNED AUTOS
00 SCHEDUlED AUTOS
j i X I JoiIREC AUTOS
Ii x I NON-OWNED A\1TO'
R
1036929037
UMrrs
.2 000 000
PRODUCTS . COM~IO' AGG .1 000 000
P!RSONA1. . ADV IklURY .1 000 000
EACH OCCURRENCE .1 000 000
FIRE DAMAGE (Any one 'hi 50,000
MEn ex,. (Any one Del'sonl . 5 000
COMBINED SINGLE UMIT '1 000,000
BOQIL Y INJuRY
tP. ,*501'1)
BODILY INJURY I.
IP.~U
COMMEJlCW.l3ENDAL UAIIUTY
C'-"MS foWl. 00 OCC\JII
OWN..... . CONTlOACTOR" "'IlT 1 0 2 2 a 75 7 6 9
PROPERTY OAMAGE
: aAFlAGE UA8IUTY
In ANVAuTO
~ I
il
I \ EXCESS UABIUTY
I ~l UMBRElLA FORM
n OTHER THAN UM8REL.LA FOAM
I WOftKERS COMPlHSATlON AND
EMPLOYERS' UAanJTY
THE ""OPNE'TOllV
PAATNERSJIXECtI'I'tW
I OFFICEFlS ARE:
I OTHER
!
AuTO ONLY. lEA ACCIOENT .
OTHER THAN AUTO ONLY:
EACH ACCIOENT .
AGGAEGA TE I .
EACH OCCURRENce .3
AGGREGATE .3
S. I.R.
000,000
000 000
10 000
.
STATUTORY UMITS
EACH ACCIDENT .
DISEASE - P"OUCY UMrT
OISEASE . EACH EMPLOYEE
I
CONSTRUCTION 0 DRIVEWAY & IRRIGATION SYSTEM FOR BUILDING 520 @
'ORMER NqRTON AIR FO E BASE-SPEC, #9321. THE CITY OF SAN BERNARDINO NAMED
DITIONAL INSURED RE: GENERAL LIAB. - ENDT. ATTACHED.
~~~~I~':~.QJ:~.~~(~~.t.t.t[fNtiMI1::[:lf[~rFMffltijtWWIw .....w;-:.;...,_,;...;:. :::c::~Nt:a.tAttQfi.~~f#@W;~r@kN:{:/HDl:\H%{$mKi@lfl~tW;t:lttwmlt.t:~{):;:::;AEb:
.......~~~~~..;~;b~~-~HE ~:;~~~.<.~~.~;.;;;;~...;~I~;;b~~;b~~'~.~~ IUORE TME
EXPIRATION DATE THEREOF. THE ISSUINQ COMPANY W1LL r}.iE/.v/Jrl/o MAlL
* 3 0 DAYS WRrrnN NOTICE TO THE CERTIFICATE HOLDER NAMUI TO THE LUT.
/ /rM ;/JMrI ic/ ~1/ ~!I:~ !<pf4./sI<N. N,#E/o/rI r/.!-#r/oMr:J.}...;.IrH
THE
300
SAN
CITY OF SAN BERNARDINO
NORTH "D" STREET
BERNARDINO, CA 92418-0001
iOftD25~Si31931y;:@m;~W%lmDnWn;jm%'iE'@;':;f:'Ni
.......:-:.;.;,.
I
.:;::.;:>:.:.:.~:
.
'Y". .......'i, GEIElW.UAlllITY
.
-
-
-
~ .
PCLC'f 1UoIIlEIt- 1
nus ENDORSEMENT CHANGES THE POLICY. PlEASE READ IT CAREFULLY
ADDITIONAL INSURED ----- OWNERS, LESSEES OR
. CONTRACTORS (FORM B)
1'hIs endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABIUlY COVERAGE PARr - OCCURRENCE
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
CITY OF SAN BERNARDINO
PUBLIC WORKS/ENGINEERING
300 NORTH "0" STREET
SAN BERNARDINO, CA 92418-0001
6&
.'
(Ifno entry appears above. Information required to complete this endorsement will be shown In the
Declaratlons as appl1cab1e to this endorsement.)
WHO IS AN INSURED (Section m Is amended to Include as an Insured the person or organizaUon shown
In the Schedule. but only with respect to l1abll1ty arIsJng out of "your work:' for that Insured by or for you.
f)(}-r... J -. J ~~ lke.tr
Ac.trhl"Y":' S.Il A-
fJ ('IJrA J..-1 J ~.
AdttlJ. ,I,
CG20 10 1185
)so
~~r Id"" 7
~7 ~7 '111111
It IT IV (
t( "~lln f C-ftllf
11/~
d
Authorized Representative for
CNA Insurance Group
Golden Eagle Insurance Company
SP-ll
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c"
~o 239
SECTION 6
6-1 GENERAL
6-1.01 INCREASED OR DECREASED OUANTITIES -- If the total pay
quantity of any item of work, subject to the provisions in section
3-2.2.1, "Increased or Decreased Quantities", of the Standard
Specifications varies by more than 25 percent, compensation payable
to the Contractor will be determined in accordance with said section
3-1.2.1 and these Special Provisions.
When the compensation payable for the number of units of an
item of work performed in excess of 125 percent of the Engineer's
Estimate is less than $1,500 at the applicable contract unit price,
the Engineer reserves the right to make no adjustment in said price
if he so elects, except that an adjustment will be made if requested
in writing by the Contractor. Such Contractor's request shall be
accompanied by adequate, detailed data to support costs of the item.
Should the total pay quantity of any item of work required
under the contract be less than 75 percent of the Engineer's
Estimate, therefor, the Engineer reserves the right to make no
adjustment in said price if he so elects, except that an adjustment
will be made if requested in writing by the Contractor. Such
Contractor's request shall be accompanied by adequate, detailed data
to support costs of the item.
The payment of the total pay quantity of such item of work will
in no case exceed the payment which would be made for the perfor-
mance of 75 percent of the Engineer'S Estimate of the quantity at
the original contract unit price.
6-1.02 SOUND CONTROL REOUIREMENTS
comply with Chapter 8.54 of the City of
Code and these Special Provisions.
Sound control shall
San Bernardino Municipal
The noise level from the Contractor's operations, between the
hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dbA at the
distance of 50 feet. This requirement in no way relieves the
Contractor from responsibility for complying with local ordinances
regulating noise levels.
Said noise level requirements shall apply to all equipment on
the job or related to the jOb, including but not limited to trucks,
transit mixers or transient equipment that mayor may not be owned
by the Contractor. The use of loud sound signals shall be avoided
in favor of light warnings except those required by safety laws for
the protection of personnel.
SP-12
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G8 23[1
6-1.03 PERMITS AND LICENSE -- The Contractor shall obtain a
city Business Registration, prior to the execution of the contract.
6-1.04 EXTRA WORK -- Any extra work done shall conform to the
provisions of section 3.3, "Extra Work", of the Standard specifica-
tions, subject to the restrictions of section 20452 and 20455 of the
Public Contract Code. However, equipment rental rates shall conform
to State of California Business and Transportation Agency,
Department of Transportation, Division of Construction, "LABOR AND
EQUIPMENT RENTAL RATES", latest edition, unless the extra work is
done for a negotiated price.
6-1.05 HOURS OF LABOR -- In the event that the Engineer is
required by the contractor's operations to work more than forty (40)
hours in any given week, or on any Saturday, Sunday, or Holiday, in
the setting of Lines and Grades or performing inspections, the
Contractor shall pay an amount to the city equal to one-and-a-half
(1-1/2) times the Engineer's normal wages and fringe benefits. Such
amount shall be deducted from the next progress payments.
Designated legal Holidays are: January 1st, the third Monday
in January, the last Monday in May, July 4th, the first Monday in
September, November 11th, Thanksgiving Day, and December 25th. When
a designated legal holiday falls on a Sunday, the following Monday
shall be a designated legal holiday. When November 11th falls on a
Saturday, the preceding Friday shall be designated a legal holiday.
6-1.06 PAYMENTS -- Attention is directed to Section 9-3, "Pay-
ments", and 9-3.2, "Partial and Final Payment", of the standard
Specifications and these special provisions.
No partial payment will be made for any materials which are
furnished but not incorporated in the work.
The Contractor shall submit "As-Built" project drawings to the
construction Engineer (City) prior to the release of final payment
and/ or bonds.
6-1.07 PROJECT APPEARANCE
neat appearance to the work.
The contractor shall maintain a
In any area visible to the public, the following shall apply:
When practicable, broken concrete and debris
developed during clearing and grubbing shall be dispos7d
of concurrently with its removal. If stockpiling J.S
necessary, the material shall be removed or disposed of
weekly.
SP-13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
6-1. 08 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL
Unless otherwise specified, all excess excavation or removed
material shall become the property of the Contractor and shall be
disposed of by him away from the site of the work.
Full compensation for conforming to the requirements of section
6 shall be considered as included in the prices paid for the various
contract items of work involved and no additional compensation will
be allowed therefor.
6-1.09 ATTORNEYS' FEES -- The prevailing party in any legal
action to enforce or interpret any provisions of this Agreement will
be entitled to recover from the losing party all attorneys' fees,
court costs, and necessary disbursements in connection with that
action. The costs, salary, and expenses of the City Attorney, and
members of his office, in connection with that action shall be
considered as attorneys' fees for the purposes of this Agreement.
SP-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
OR 230
Jv , d
SECTION 7
7-1 UTILITIES
7-1.01 GENERAL The location of all utility substructures
that may affect the work shall comply with section 5, "Utilities",
of the Standard Specifications and these Special Provisions.
Certain companies, governmental agencies, or their contractors
may be working within the construction area. certain utility
facilities at various locations within the project limits may be
removed, relocated, abandoned, or installed by companies' agencies'
contractors.
The Contractor shall exercise due caution to prevent any damage
t%r movement of these utility facilities. Listed below are the
utilities that may be affected, with the designated contact person:
1. GENERAL TELEPHONE COMPANY OF CALIFORNIA
1500 Crafton Avenue, Bldg. 125
Box 1-18
Mentone, CA 92359
Phone: (909) 794-8213
Attn: Chuck Austin
2. SOUTHERN CALIFORNIA EDISON COMPANY
25834 Business Center Drive
Redlands, CA 92374
Phone: (909) 307-6788
Attn: Ben Murguia
3. SOUTHERN CALIFORNIA GAS COMPANY
1981 West Lugonia Avenue
Redlands, CA 92373
Phone: (909) 335-7716
Attn: Rogelio Rawlins
4. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT
300 North "D" Street
San Bernardino, CA 92841
Phone: (909) 384-5405
5. COMCAST CABLE
1205 South Dupont Avenue
Ontario, CA 91761-1536
Attn: Ellis williams
Phone: (909) 988-2985
Attn: Jack Hays
SP-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G8
.. 239
6. PACIFIC BELL COMPANY
Right-of-Way Agent
3939 E. Coronado street, 2nd Floor
Anaheim, CA 92807
Phone: (714) 999-5454
Attn: Larry Todd
7. AT & T
Project Administrator
Cable Engineering & Right-of-Way
101 E. Orangethorpe Avenue, suite 150
Anaheim, CA 92801
Phone: (909) 526-2556
Attn: stan Stephens
8. U.S. SPRINT COMMUNICATIONS
Attn: outside Plant Engineering
282 South Sycamore Street
Rialto, CA 92376
.
Phone: (909) 874-7450
9. MCI TELECOMMUNICATIONS CORP.
Pacific Division
Attn: Jim Yoder
157 S. Lilac Avenue
Rialto, CA 92376
Attn: Lynn Durrett
Phone: (909) 421-5003
Attn: Jim Yoder
7-1. 02 PAYMENT -- Full compensation for conforming to the
requirements of this Section, not otherwise provided for, shall be
considered as included in the prices paid for the various contract
items of work involved and no additional compensation will be
allowed therefor.
SP-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 8
8-1 DESCRIPTION OF WORK
8-1. 01 DESCRIPTION The work to be done consists, in
general, of clearing and grubbing: unclassified excavation:
unclassified fill: constructing commercial driveway approach,
sidewalk and retaining wall of various heights; installing chain
link fence; relocating roadside signs and mail box, adjusting water
meter to grade: and such other items or details, not mentioned
above, that are required by the Plans, Standard Specifications, or
these Special provisions shall be performed, placed, constructed or
installed.
8-1.02 CLEAN UP AND DUST CONTROL -- Clean up and dust control
shall conform to provisions in section 7-8.1, "Clean Up and Dust
Control", of the Standard Specifications.
The Contractor shall water down the site during periods of high
winds as directed by the Engineer, including periods when the work
is not actually in progress. Failure to respond to a directive to
water the site in a prompt manner will result in the city making
other arrangements to have this item of work done and the costs
billed to the Contractor, or it shall be paid for by the Contractor
as a deduction from his contract.
SP-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 9
9-1 TRAFFIC
9-1. 01 GENERAL -- Attention is directed to section 7-10,
"Public Convenience and Safety", of the Standard Specifications for
Public Works Construction, 1997 Edition and these Special
Provisions.
Warning signs, lights, and devices for use in performance of
work upon highways shall conform to the "Manual of Traffic
Controls", 1990 Edition, published by the State of California, and
the "Work Area Traffic Control Handbook", 1990 Edition, adopted by
the City of San Bernardino, California.
The Contractor shall so conduct his operations as to offer the
least possible obstruction and inconvenience to the public.
Convenience access to abutting properties shall be maintained
whenever possible and as directed by the Engineer.
The full width of the traveled way shall be open for use by
public traffic on Saturdays, Sundays, and designated legal holidays,
after 3: 00 p.m. on Fridays and the day preceding designated legal
holidays, and when construction operations are not actively in
progress on working days.
Personal vehicles of the Contractor's employees shall not be
parked on the traveled way at any time.
The Contractor shall notify local authorities of his intent to
begin work at least five (5) days before work is begun. The
Contractor shall cooperate with local authorities relative to
handling traffic through the area and shall make his own arrange-
ments relative to keeping the working area clear of parked vehicles.
All places of business and residences along the streets that
are within the limits of any work shall be notified by the
Contractor in writing at least five (5) days prior to commencement
of work. This notification shall explain the sequence of work and
indicate any restrictions of access. Verbal notification shall be
given to all places of business and residences at least 18 hours in
advance of commencing work that will affect access to and from their
properties.
All temporary traffic striping shall be done by the Contractor.
Also, place temporary tape on all crosswalks.
SP-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~8 239
TURN RESTRICTIONS -- The Contractor shall post appro-
restricting turns when directed to do so by the
9-1. 02
priate signs
Engineer.
9-1.03 PARKING RESTRICTIONS Unless otherwise provided
herein, the Contractor may post temporary "NO PARKING" signs within
the area of work as required to facilitate construction operations,
subject to approval of the Engineer.
9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum
width of 10 feet. A minimum shoulder width of 2 feet shall be
provided adjacent to curbs, posts and other similar obstructions,
and 5 feet shall be provided adjacent to any excavation, unless
otherwise authorized by the Resident Engineer.
9-1. 05 PUBLIC CONVENIENCE -- During the progress of work,
adequate provisions shall be made by the Contractor to accommodate
the normal vehicular and pedestrian traffic along streets, roads,
and highways, immediately adjacent to or crossing the work, so as to
cause a minimum of inconvenience to the general public.
The Contractor shall furnish, install, and upon completion of
the work, remove all signs and warning devices required for
directing, protecting, and detouring the public during construction.
Emergency vehicles shall be permitted access at all times to
any street.
9-1.06 PAYMENT Full compensation for furnishing and
installing signs, lights, flares, barricades and other traffic
control devices necessary to expedite passage of public traffic
through the work area shall be considered as included in the lump
sum prices paid for "Traffic Control" and no additional compensation
will be allowed therefor.
The provisions in this Section may be modified or altered if,
in the opinion of the Engineer, public traffic will be better served
and work expedited. Said modifications or alterations shall not be
adopted until approved in writing by the Engineer.
SP-19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
t1 '-,
.Jb 239
SECTION 10
10-1 MOBILIZATION
10-1.01 GENERAL
requirements of section
specifications.
MObilization shall
9-3.4, "Mobilization",
comply with the
of the Standard
10-1. 02 PAYMENT -- The contract lump sum price paid for
"MObilization" shall be deemed to include the cost of work in
advance of construction operation and not directly attributable to
any specific bid item and no additional compensation will be allowed
therefor.
SP-20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
gS 239
SECTION 11
11-1 CLEARING AND GRUBBING
UNCLASSIFIED EXCAVATION AND UNCLASSIFIED FILL
11-1.01 GENERAL Clearing and grubbing, unclassified
excavation and unclassified fill shall comply with section 300-1,
"Clearing and Grubbing", Section 300-2, "Unclassified Excavation",
and Section 300-4, "Unclassified Fill", of the Standard
Specifications and these special Provisions.
Clearing and grubbing shall include, but not be limited to the
following items as shown on the Plans or as specified in the Special
provisions.
The fOllowing items shall be classified as clearing and
grubbing:
1. Removing asphalt concrete pavement, A.C. dike and A.C.
sidewalk as shown on the Plans, including saw cutting, and
as directed by the Engineer.
2. Removing Portland Cement Concrete curb and gutter as shown
on the Plans, incl uding saw cutting, and as directed by
the Engineer.
All removed concrete and other materials shall become the
property of the Contractor and shall be disposed of outside of the
right-of-way in accordance with Section 300-2.2, "Unsuitable
Materials", and section 300-2.6, "Surplus Material", of the Standard
specifications.
The Contractor shall grade the roadway as required, provide all
unclassified excavating and unclassified fill necessary for curbs,
gutters, cross gutter and apron, sidewalk, retaining wall, and
paving, as indicated on the Plans and described in these special
Provisions. Excess and/or unsuitable materials shall be removed
from the site by the Contractor.
Where unclassified fill and grading is necessary in preparation
for laying concrete, it shall be made with clean earth which shall
be solidly compacted to avoid future settlement.
Subgrade for asphalt concrete shall be compacted to a relative
densi ty of not less than 95%, for a depth of not less than 0.50
feet.
SP-21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
Outside the traveled way, in areas to receive concrete shall be
compacted to a relative density of not less than 90%.
11-1.02 PAYMENT The lump sum price paid for "Clearing and
Grubbing", "Unclassified Excavation and "Unclassified Fill", shall
be considered as full compensation for doing all the work involved
in clearing and grubbing, and no additional compensation will be
allowed therefor.
Cost of compaction testing ordered by the Engineer shall be
paid for in the following manner:
1. Test which do not meet the required relative compaction
shall be paid for by the contractor, as a deduction from
his contract.
2. Tests which do meet the required relative compaction will
be paid for by the city.
SP-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~8 239
SECTION 12 THROUGH SECTION 13
BLANK
SP-23
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 14
14-1 ASPHALT CONCRETE
14-1.01 GENERAL -- Asphalt concrete shall comply with the re-
quirements of section 203-6, "Asphalt Concrete", and Section 302-5,
"Asphalt Concrete Pavement", of the Standard specifications and
these Special Provisions.
Class and grade of asphalt concrete shall be C2-AR-4000.
A tack coat shall be applied as directed by the Engineer.
Prior to placing the pavement reinforcing fabric or asphalt
overlay, all cracks larger than 1/4-inch shall be cleaned and sealed
with an approved hot-applied crack sealant.
14-1.02 ADJUSTING MANHOLE FRAMES AND COVERS AND VALVE COVERS
TO GRADE -- Adjusting manhole and valve covers to grade after
completion of paving shall be in accordance with subsection 301-1.6,
"Adjustment of Manhole Frame and Cover Sets to Grade II , of the
Standard Specifications and these Special Provisions.
14-1. 03 PAYMENT -- The contract unit price paid per ton for
"Asphalt Concrete", shall include full compensation for doing all
the work involved in placing material for overlays, crack sealing,
adjusting exist:ing manhole frames and covers and valve covers to
grade, and repair of street cuts as designated on the Plans, and as
directed by the Engineer, and no additional or separate compensation
will be allowed therefor.
SP-24
I 98 239
I
I SECTION 15
I BLANK
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SP-25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 16
16-1
PORTLAND CEMENT CONCRETE
16-1.01 GENERAL portland Cement Concrete construction
shall comply with Section 201-1, "Portland Cement Concrete", and
section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley
Intersection, Access Ramps and Driveways", of the Standard
specifications, as shown on the Plans, Standard Drawings and these
special provisions.
Portland Cement Concrete shall be Class 520-C-2500, with a
maximum slump of four (4) inches.
16-1. 02 SIDEWALK. CASE "A" Sidewalk, Case liB", shall be
constructed in accordance with the city's Standard Drawing No. 200
(modified width as shown on the Plans), and as directed by the
Engineer.
61-1.03 COMMERCIAL DRIVEWAY APPROACH commercial driveway
approach shall be constructed in accordance with the city's Standard
Drawing No. 204, as shown on the Plan and as directed by the
Engineer.
16-1.04 CURB AND GUTTER. TYPE "B" Curb and gutter, Type
"B", shall be constructed in accordance with the city's Standard
Drawing No. 200, and as directed by the Engineer.
16-1. 05 PAYMENT The contract unit bid price paid per
linear foot for "Curb and Gutter", shall include full compensation
for doing all the work involved in constructing the curb and gutter
as shown on the Plans, and as directed by the Engineer, and no
additional compensation will be allowed therefor.
The price paid per square foot for "P.C.c. sidewalk", and
IIp.c.c. commercial Driveway Approach", shall include full
compensation for doing all the work involved in preparing subgrade,
form work, placing material, including cutting,a nd furnishing as
designated on the Plans and as directed by the Engineer, and no
additional compensation will be allowed therefor.
SP-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~8 239
SECTION 17 THROUGH SECTION 22
BLANK
SP-27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
:)1) 239
SECTION 23
23-1 ROADSIDE SIGNS AND POSTS
23-1.01 GENERAL Relocation of signs on single posts shall
be installed at the locations shown on the Plan, or where directed
the Engineer.
Roadside signs on single post, shall be installed in accordance
wi th the City's Standard Drawing No. 504, and as directed by the
Engineer.
23-1.02 PAYMENT The contract unit price paid per each for
"Relocate Roadside signs on Single Post" shall include full
compensation for furnishing all labor, materials, tools, equipment
and incidentals for doing all work involved in relocating roadside
signs on single posts, all complete in place as shown on the Plans,
as specified in the Standard specifications and these special
Provisions, and as directed by the Engineer, and no addi tional
compensation will be allowed therefor.
SP-28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n 239
SECTION 24 THROUGH SECTION 26
BLANK
SP-29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 27
27-1
CONCRETE STRUCTURES
27-1.01 CONCRETE STRUCTURES Portland Cement Concrete
construction shall comply with Section 201-1, IIportland Cement
Concrete", Section 303-1 "Concrete structures", and Section 201-2,
"Steel Reinforcement for Concrete", of the Standard Specifications,
as shown on the Plans, Standard Drawings and these Special
Provisions.
Concrete for structures shall be Class 560-C-3250 with a
maximum slump of five (5) inches.
Reinforced steel shall be Grade 60 per ASTM A-615 designation.
Class 2 surface finish will not be required on any portion of
the concrete structures.
The quantities shown on the bid sheet for concrete for the
various structures shall be considered final quantities for payment
for these items unless the dimensions of the work shown on the Plans
are revised by the Engineer. If such dimensions are revised, and
such revisions result in an increase or decrease in the quantities
of such work, the final quantities for payment will be revised in
the amount represented by the changes in the dimensions. The
estimated quantities for such specific portion of the work shall be
considered as approximate only and no guarantee is made that the
quanti ties which can be determined by computations, based on the
details and dimensions shown on the Plans, will equal the estimated
quantities. No allowance will be made in the event that the
quantities based on computations do not equal the estimated
quantities.
27-1.02 BONDING Joints between new and existing concrete
shall be given surface preparation as follows:
Joints made wi thin the mass of existing concrete by cutting,
chipping, or grinding shall be cleaned free of all loose deleterious
material by thorough brooming and by compressed air jetting.
Original surfaces of existing concrete shall be cleaned free of
bitumens, grease, paint, and other deleterious materials and clean
aggregate of at least 3/8-inch size shall be exposed by abrasive
blast cleaning or machine scarifying.
SP-30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r0
~o 239
27-1.03 PAYMENT The contract price paid per linear foot
for "Retaining Wall", shall include full compensation for structure
excavation, structure backfill, and furnishing and placing all steel
reinforcing, concrete, footings, rock and PVC pipe for drainage and
for doing all the work involved in constructing all of the above,
complete in place, as shown on the Plans, and as directed by the
Engineer, and no additional compensation shall be allowed therefor.
SP-31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 28 THROUGH SECTION 30
BLANK
SP-32
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 31
31-1
CHAIN LINK FENCE
31-1. 01 CHAIN LINK FENCE Chain link fence shall comply
with the requirements of section 206-6, and Section 304-3, "Chain
Link Fence", of the Standard Specifications and these Special
Provisions.
1. Chain Link Fence
a. Chain link fence shall conform to the requirements of
ASTM A 392. The fabric shall be 9-gauge for all
fencing.
b. Size of mesh shall be 2 inches.
c. Height of fabric shall be 72 inches except as noted
on the Plans.
2. End Corner Slooe and Gate Post End, corner slope and
gate post shall be round with a minimum outside dimension
of 2.875 inches and have a minimum weight per foot of 5.79
lbs.
3. Line Post Line post shall be round with a minimum
outside dimension of 2.375 inches and have a minimum
weight per foot of 3.65 lbs. All posts shall be fitted
with tops designed so as to fit securely over the posts
and carry a top rail.
4. Too Rails and Bottom Rails Top rails and bottom rails
shall be round with a minimum outside dimension of 1.660
inches and have a minimum weight of 2.27 lbs. per foot,
weld to line gate and corner posts.
5.
Tension Wires and Fabric Ties
fabric ties shall be as follows:
Tension wires and
a. Bottom tension wires shall be at least 7-gauge
galvanized coil spring steel wire.
b. Ties used to fasten the fabric to posts and rails
shall be not smaller than Il-gauge galvanized steel
wire.
SP-33
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
6. Truss or Tension Rods Truss or tension rods used in
trussing gate frames and line posts adjacent to end,
corner, slope or gate posts shall be adjustable 3/8 inch
diameter galvanized steel rod. When used in trussing line
post, adjustment shall be provided by means of galvanized
turnbuckles.
7. Reoair of Damaqed coatinqs Repair of damaged zinc
coatings shall comply with the requirements of section
210-3.5, "Repair of Damaged Zinc coating", of the standard
Specifications.
8. Footinqs Footings for line post shall not be less
than 36 inches deep and 8 inches in diameter. All other
footings shall not be less than 36 inches deep and 12
inches in diameter.
31-1. 02 PAYMENT The contract unit price per linear foot
for, "Chain Link Fence", complete in place, shall include full
compensation for doing all the work involved in accordance with the
details on the Plans, and no additional compensation shall be
allowed therefor.
SP-34
I ~8 239
I
SECTION 32 THROUGH SECTION 45
I
I BLANK
I
I
I
I
i I
I
I
I
I
I
I
I
I
I
SP-35
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 46
46-1
ADJUST WATER METER FRAME AND COVER TO GRADE
46-1. 01 GENERAL Adjustment of water meter frame and
cover to grade, after completion or during the construction
operation, shall be in accordance with Sub-section 301-1.6,
"Adjustment of Manhole Frame and Cover Sets to Grade", of the
Standard Specifications and these Special Provisions.
The water meter frame and cover shall be adjusted to grade in
accordance with the City of San Bernardino Municipal Water District
Standard Drawings.
46-1.02 PAYMENT The contract unit bid price paid per each
for "Adjust Water Meter to Grade", shall include full compensation
for doing all the work involved in adjusting water meter frame and
cover to grade, and no additional compensation will be allowed
therefor.
SP-36
I
I
I
I
I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
n" 2 3n
.J C oj
SECTION 47 THROUGH SECTION 49
BLANK
SP-37
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
I
I
I
I
c ,-
.)0 239
SECTION 50
50-1 REMOVAL AND RESTORATION OF EXISTING
IMPROVEMENTS EXCEPT STREET PAVEMENT
50-1.01 GENERAL All existing improvements (except
utilities and street pavements) including, but not limited to,
curbs, gutters, crossgutters, spandrels, driveways, sidewalks,
walls, fences, sprinkler systems, lawns, shrubs, trees, and traffic
signs and traffic detector loops which are damaged or removed during
the course of construction of the project shall be restored or
replaced to a condition equal to or better than, in all respects,
the existing improvements removed or damaged, unless otherwise
specified or noted on the drawings.
The removal and restoration of existing improvements shall be
in accordance with the applicable prov1s1on of these Special
Provisions, the Standard Specifications, standard Drawing and the
following requirements:
1. In the event a portion of curb, gutter or monolithic curb
and gutter is damaged by the contractor's operations, a
minimum of 20 feet of curb, gutter or curb and gutter
shall be removed and replaced regardless of how short a
length is damaged. One end of said 10-foot section may be
taken at a joint or scoring line and the other end shall
be measured the minimum distance of 10 feet therefrom. If
said 10 feet falls within 3 feet of a joint or scoring
line, then the removal shall extend to said joint of
scoring line.
2. Concrete sidewalk shall be removed in its entirety between
scoring lines or between scoring line and joint. Prior to
removal, scoring lines shall be sawcut.
3. If a concrete driveway is damaged and is a single mono-
lithic structure, it shall be removed in its entirety and
replaced.
4. If a concrete driveway is damaged and is monolithic with
the sidewalk, it shall be set off from the sidewalk by a
sawcut along the edge of the sidewalk. The driveway shall
then be removed in its entirety and replaced.
5. If the stored signs and fences are damaged during the
construction, they shall be restored or replaced to a
condition equal or better than the existing.
SP-38
I
I
I
I
II
I I
I
I
I
I
I
I
I
I
I
I
I
I
I I
98 239
Unless otherwise specified, all excess excavation or removed
material shall become the property of the Contractor and shall be
disposed of by him away from the site of work.
50-1. 02 PAYMENT -- Full compensation for conforming to the
requirements of this section, not otherwise provided for, shall be
considered as included in the prices paid for the various contract
items of work involved, and no additional compensation will be
allowed therefor.
SP-39
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
96 239
SECTION 51 THROUGH SECTION 54
BLANK
SP-40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
go 239
SECTION 55
55-1
RESET MAILBOXES
55-1.01 RESET MAILBOXES Existing mailboxes shall be
removed and rested on portable mounts consisting of redwood post set
in concrete pedestals formed in 5-gallon cans or buckets in
accordance with these special Provisions.
Redwood posts shall be 4 "X4" nominal size, No.2, heart
structural grade redwood S4S.
Concrete for the pedestals shall be produced from commercial
quality aggregates and cement and shall contain not less than 470
pounds of cement per cubic yard.
During construction operations, the mailboxes shall be moves as
necessary to clear the way for the Contractor's operations, but at
all times shall be accessible for rural delivery.
When construction is complete, the mailboxes shall be placed in
final position and the pedestals shall be buried to the proper depth
as directed by the Engineer.
The bucket or can used to form the pedestal, if neat appearing
in the opinion of the Engineer, may be left on the pedestal;
otherwise, it shall be removed and disposed of prior to burial.
After the mailboxes are installed in their final positions, the
posts and the portions of pedestals above ground shall be given one
coat of wood primer, Latex-Base, and 2 coats of paint, Latex-Base
for Exterior Wood, White as manufactured by "Sinclair Paints", or
approved equal. The primer and paint shall be furnished by the
Contractor and testing will not be required.
Existing groups of mailboxes, on single-post or multi-post
supports, shall be removed and reset on 2-post portable mounts as
herein specified for single-post mountings and shall be provided
with a supporting cross member between the tops of the portable
mounts. Two-post installations shall be considered as 2 units for
payment purposes.
Newspaper boxes on individual posts will be considered as
mailboxes for measurement and payment.
Newspaper boxes attached to existing mailbox post shall be
removed and fastened to the new mailbox post and no separate payment
will be made therefor.
SP-41
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c "
,10 239
55-1.02 PAYMENT The contract unit price paid for each to
"Reset Mailboxes", shall include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and for
doing all the work involved in removing the boxes, constructing the
portable mounts, installing the boxes on the mounts, moving and
setting up the portable mounts as required, and placing the mounts
in final position, including all necessary concrete, excavation,
backfill and painting, as specified herein before, and as directed
by the Engineer, and no additional compensation shall be allowed
therefor.
SP-42
I
I
I
I I
II
I
I
I
, I
I
: I
I
I
I
I
I
I
I
I
I
98 239
SECTION 56 TO SECTION 66
BLANK
SP-43
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
98 239
SECTION 67
67-1
METAL HAND RAILING
67-1.01 GENERAL Metal hand railing shall comply with the
requirements of Section 304-2 and section 206-5, "Metal Railing",
and section 210-3, "Galvanizing", of the Standard Specifications, as
shown on the Plans, Standard Drawings and these Special Provisions.
67-1.02 METAL HAND RAILING Metal hand railing shall be
constructed in accordance with the American Public Works Association
_ Southern California Chapter Standard Plan No. 606-1 as shown on
the Plan and as directed by the Engineer.
67-1.03 PAYMENT The contract unit price per linear foot
for "Metal Hand Railing", shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals,
and for doing all work involved in constructing metal hand railing,
footing, complete in place, as shown on the Plans, as specified in
these specifications and the Special Provisions, and as directed by
the Engineer and no additional compensation shall be allowed
therefor.
SP-44
~
ClTY OF
5Ai'J E3EtzI-JACZ.olNO ST'A"-JOAIZD 96 238
E"t5T,~a
-r"P'OGfZA"~-r 6YM60LS
,~
c.1!'t-lT"e:lZ. \.\ N I!
-e.\....
--- elTV L..\MITS
I
I
It-s
[-~c:r
II--I';"CONC.
a/Ii'
CZIGI-4T OF WAY \..II'IE
s-
eXI..TING, 5EWErz.
'N ----
D-
c:.-
C;XI~TrI'lG WATE/Z LINE
EXISTIHG 5TOIZM DtzAlN
l!''''STINQ GAlS I.INE
UNo'ao. Tel.. COlolDUIT
'1."M
----j' --
-Iz~r.o .COfllE-;-IIZlk--
E)('~T. l(zlZ.IG;AiIClIo.J l..INE.
VNP'C,D. E1.C"=rrzIC CONO.
e-
.. STIZEET I.I(.iHTIi'lG,
--514,----
..
Tl%AFF'IC SIC:;NAI...
---- F, - -
..
FllZe AL.AlZM
..
CUI..VElZ.T
e,OARO FENCE.
I!AIZ:e,e:O WIIZe: FENCe.
CI-lAIN 1.INI$ ~l!l'Jce:
WOVEt-J WIIZ.E FEIolCI!.
P.C.C, eL.OCI~ WA1.l.
~I1.@AO T14:A\C"SS
1-4 EOGttt
OIl%.E.CTIOIoJ Fl.OW OIl~T
OI14.CTIOIoJ FL.oW PAV.
TOP OF SI-O/De;
Toe; OF SLOPE
GUACZO lZAIl.lAlG
~C.C. 510EWA1.IS (D.4<;HED)
~ C.C, CIZIV!:WAY
P.C,C ,C:Ulle ~ "-uHl!lZ.
Tlt~e. (tl!CIOUOUS)
~
rrrr-""II'n""-"'fTI't--1JTt"-"1T1T""
..llJL_-1lL-JlJl...-..J.Ui..-
-
-
-
-
-
~
~
E.Vl!IZC..ctI!EI\l (PINE I ETC ~
I~
,
D BUIL.DI~
(i)
oc.o.
<;E.w!.lZ MAloll-101.e
;eWElZ C.1.'.1ol0UT
@ ~TOIZ.M OIZAIN MA'HIOI.E
<f)o~[ 1: J 'T'EI.EP\.lQIolE 1.4.ANIolOLE 014 V.MlL.T
@ ~~J~" MAIJ\.lOl.e 014 VAUI.T
@) ~~J WATE'lZ ~41ol1-101.e O~ "'),U1.1'
@ ~l[] EL.ECTIZIC MAfoI\.lCll.lii Oil VA~I.T
Q PI''''' EI.I!CTIZ.IC Oil. ie1.I!p\oIONIE POI.E
~ El.eCilZ.lC 'TOW&IZ.
E-u-
l;
tlow~ GlJ"f
FflZE. I-lVt)lZ.AloJi
OW"" W.4TElZ. METE.1l:.
~ WATE~V.4I.YE
~
b
'Q-o
.-.
r-:,.
~
........
=--e
"
q
...
~
:n:
c510
'"
6
IJ
00
1j--L4.
&--r,
& "
I CITY OF SAN I!oE2NA12DII-JO - PUBLIC WOl2.l-S5 DE'F'T.
~ VAl-Va
El.rCTll.OI.IElt.
It 1.1tc:T IZOl.lltlZ.
CUPlt.IG~T)
(ON MNOT AlZM)
,.IZ....,.I.: SIG""AL.
,.U,F'C SIGrIolA1. (01-1 MMT MI'M
c-Ul.1". I&OX
T'lZA"'C ~G"'41. CONl~L.SClt
TIIAI'F.C. ~IGH~ ])/IT~crolt
W"L~ . WAIT S'G1N~'" ~ "
PA~'~ M.TE~ S. .
'TlUoFF'ICo C;1Q"" ~
STIf.&ET NAIw\l!. $IGl""' \l
~TOl"' 'iIGN '"
lZ.lZ., ~~I~ ';IG'" ~
rut. Clto<;<; 1I,'Co, ~1"'IooIAL.
<;l"lZIWll,I..E14 \oIEA'O
DI!1.TA MoIa.1.E 1"0U04T
,
F'OI"'1' 0""' TAIJGl!NT
u. S. MAIL. &0)(
SECTION COIZNerz.
1/4 COltloolElt.
AF'FIZOYe'D
1\1..", .l..1-. 19' "
, -
9 cl/-I" JL/
CIT"!' ttNGiI"JEEIZ..
$
,
,
~
,
:?
'i
)
(
~
::-
>
.z
STANDARO
....0.
St:?
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
96 2]0
TYPE I PLAN
ONSITE ORIVE AISLE
CURS FACE X Y
~
8 II 2.S' 2.S'
~
~
~ ".,
~VI
~ ~ A --'Y-R1Df1E q.
, ~ I ~ . E~JI.
..--- --T- - ~t lr-
~k_"'" I I
"',," l I, I
I 17W'!)! I :: ~ I
-I .. Ion:
Ir'DGE I
IKIITIII' 011 PIIOPOSID
'IDIWALK
f At6A"DEIeJJJ~
SI~III"'J.IC.
Gnp-c.c. _--- WWE.eE
" , "<<'UIr-,
'"
-'
10" 3.0' 2.0'
""AAI~Ift/Nt;
.$/-~~- ~
.....
---........-
...
...
...
....
J
i~
~i~
i{:~
L
'X.y
i ,I I-
EXI'TIN' 011 PIIOPOIED
CUll' AIID 'UTTER
--- -
-
,
-.....,..:.---
,
...--
,
~ . 1i1Y"'.H.
f4,' E~. 0/1.
CUll' ,ACI
'ULL NIIINT CUll'
( TYPICAL I
A~
W
24' MIN. 36' MAX.
lC
TYPE II
PLAN
ONSITE
DRIVE AISLE
CURS FACE
I .
X
2.S'
y
~
~ VI
H
~~
~Ill
_ Ml!.4IID1!Ie/IoIG-
, oSIDf!WAHr:;
I /V1I/iA?Z
~ " _ - - - Oetlt/1eS
/?c.c. ,
,
,
,
----, ----- ----
~f I /'
.~ -I - --~~--
~~ ,..
.., --
I
I
I
;e-"""r
I
8"
1.0'
10" 3.0' 1.0'
MEAA/_NA/t;~.....
$i~If"'...,:t_t '.........___
...
---~--
....
....
.....-
).
~
~ ~
., ~
n
UIITI" 011 '110'0110
CUll' AND 'UTTIII
i"k~,,,r;
"""Et I
J (7yl') ~
f.-RJO(;.t. ;;;
I
, .
~:~
Oji~
IICI.TIN' 011 '110'0'10
'IPlWALIC
3'
A --..J I
w 3' X
24' MIN. 36' MAX. ,
PULL NII'"T
CUll' (TYPICAL)
CITY OF SAN BERNARDINO / PUBLIC WORKS DEPARTMENT
COMMERCIAL
DRIVEWAY APPROACH
1816 STANDARD
NO. 204
INlET I
0' .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
t) 239
PARKWAY WIDTH
111' MAJ(.
9.25' II'N.
~ PROPERTY LINE
410'
~
.
....
HA.DICAP
IV- Mil
h,."'PT 1IAll.
DRIVEWAY
SLOPE f/.,t"'n.
z ::TE
:~~;:;
~"Exr ';;';"1
SECTION A-A
(FOR PARKWAYS 14' OR LESS)
PAA-,f(WAY W'OTH
G"'~rE>'e T'IIAN /11'
,
.g,Z5,<('II.
-""ERn'i.IIIE
4.,,'
IIAVllleAP
IY-IIJff(i
.to~"/FT. .A/.41l.
J r
I
I L.. ON ~E _IVEWAY
~-
~ ~E".,.IQ,;,t
~
.~
....
.,,\
.5l.0PE Y-r'/n:
-- --
C..i:t:1Mo*'ACTZD FlU
$J.,OPE NC1r 7l:J 6XCE8D /t:J;(
SECTION A - A
(FOR PARKWAYS GREATER THAN 14 ')
NOTES:
1. SCORING LINES SHALL BE EQUALLY SPACED AT 10' O.C. MAXIMUM. THEY SHALl. BE 3/4"
DEEP AND SHALL BE PLACED PRIOR TO LOSS OF FREE WATER.
2. THE 4'-WIDE HANDICAP BY-PASS SHALL BE FREE OF OBSTRUCTIONS AND SHALL SLOPE NO MORE
THAN 1/4" PER FOOT.
3. DRIV~WAY APPROACH SHALL BE CONCRETE 520-C-2500'UNLESS OTHERWISE APPROVED BY THE
CITY ENGINEER,
4. IN INDUSTRIAL OR COM~ERCIAL AREAS WHERE THE REQUIRtMENT rUR SIDEWALK HAS BEEN
WAIVED, THE 4'-WIDE RANDICAP BY-PASS SHALL BE DELETED.
5, TYPE II APPROACH SHALL BE USED TO FACILITATE INGRESS/EGRESS ON HIGH SPEED/HIGH
VOLUME STREETS (35 MPH OR GREATER) WHERE DIRECTED BY THE CITY ENGINEER.
COMMERCIAL DRIVEWAY APPROAC H
CITY OF SAN BERNARDINO/PUBLIC WORKS DEPARTMENT APPROVED
"... STANDARD
NO. 104
SHEET II
OF II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'40 ~J:J
96 239
..
/
hVl.:t~
13_.141111'
VARIES
(p'
,.;
~ol'e 7/Fr.
l
I
LTYP/.::;4L iiJC4TfOAl
~l';"'IAI (/T/UTY TReNe;!
WeAKENeO ~c JOINT
CASE 7A"
I'RErERREO 510EJ.lAi.l! lOCATION
VARIES
~ 't/N06STR!ltrep
H/PTK
U ",.,M/.
~pe i"' 'rT
l/)()'sE GRAVEL (ir A.(
1'Rf)N1617&O IN 11/15 AREA
,1"
~6 /'ffN. ~t.t
$/PEWALK
CASE "8"
/"fAY IJc U.!JEO: I.) WHEN rRONTAGE IS lESS TIWtIN I~' AND SA/'fE
ScC7'ION EXIST.!J aN 80TH .!JIDE.!J OF .lOT.
.t:) ~OR I"IEAAlOcRfA!6 SfOEWAi.KS.
-+-
GENERAL NOTES:
PROP046D
;/D6;,/_
I) CONCKETE ('/.A44 -NZ) -t'-.rJ1()()
Z-) WEAKENED .-:ANE JO/N7".1 T" I"UTCN
('un ./dfNT .4.1 oIRECTS"'Y
71IE, ENd/NIlE/?
8:) CURINtS CO,.,R;lQNO SNAa .e
$I'R,4YEO I/NIRJe/tfI.Y ON AU.
EXPOSEO 4f/RNlCI$ I'Ft'OA: TO THE
EVA~IV DF .IQRMCE ~TEI?
'.f!J!I~~E
TYPICAL SIOEJVAU
TRANSITION
CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPRQVED STD. NO.
11-. al ,1983
SIDEWALK LOCATION ~ 202
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
90 dU
A G R E E MEN T
CITY 01' SAN BERNARDINO
.. ,)J
THIS AGREEMENT is made and concluded this /6. day
of ~~eA6~~ , 1998, between the City of San Bernardino
(hereinafter "city"), and 61L86R--rAYALA d-SOAJS,:J:,A/<':.
(hereinafter "Contractor"). J
1. For and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the City, and
under the conditions expressed in the bond as deposited with the
city, receipt of which is hereby acknowledged, Contractor agrees with
the City, at Contractor's own proper cost and expense in the Special
provisions to be furnished by the city, necessary to complete in good
workmanlike and substantial manner the
STREET IMPROVEMENTS
AT
RIALTO AVENUE
PROM
RANCHO AVENUE TO 900' WEST
in strict conformity with Plans and Special provisions No. 9763. and
also in accordance with Standard Specifications for Public Works/Con-
struction, 1997 Edition, city of San Bernardino, Department of
Public Works/Engineering Division, on file in the Office of the City
Engineer, which said special Provisions, and standard Specifications
are hereby especially referred to an by such reference made a part
hereof.
2. Contractor agrees to receive and accept the prices as set
forth in the bid schedule as full compensation for furnishing all
materials and doing all the work contemplated and embraced in this
agreement; also for all loss or damage arising out of the nature of
the work aforesaid or from any unforeseen difficulties or obstruc-
tions which may arise or be encountered in the prosecution of the
work and for all risks of every description connected with the work;
also for all expenses incurred by or in consequence of the suspension
or discontinuance of work, and for well and faithfully completing the
work and the whole thereof, in the manner and according to the Plans
and Special provisions, and requirements of the Engineer under them.
The Contractor herein covenants by and for himself or herself,
his or her heirs, executors, administrators, and assigns, and all
persons claiming under or through them, that there shall be no dis-
crimination against or segregation of, any person or group of persons
on account of race, color, creed, religion, sex, marital status,
national origin, or ancestry in the performance of this contract, nor
shall the Contractor or any person claiming under or through him or
her, establish or permit any such practice or practices of discrimi-
nation or segregation with reference to the selection of SUbcontrac-
tors, vendees, or employees in the performance of this contract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
96 239
AGREEMENT: STREET IMPROVEMENTS AT RIALTO AVENUE PROM RANCHO AVE-
NUE TO 900' WEST
3. City hereby promises and agrees with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the work according to the terms and conditions
herein contained and referred to, for the prices aforesaid, and here-
by contracts to pay the same at the time, in the manner, and upon the
conditions above set forth; and the same parties for themselves,
their heirs, executors, administrators, and assigns, do hereby agree
to the full performance of the covenants herein contained.
4. It is further expressly agreed by and between the parties
hereto that should there be any conflict between the terms of this
instrument and the bid or proposal of said Contractor, then this in-
strument shall control and nothing herein shall be considered as an
acceptance of said terms of said proposal conflicting herewith.
IN WITNESS WHEREOF, the parties of these present have
hereunto set their hands the year and date first above written.
CONTRACTOR
CITY 01' SAN BERNARDINO
Name of Firm:
C<'J dhl{\ ~~^ III ~ ~115
B~~~ ~1
TITLE: ~"SI06J7
VALLES, Mayor
San Bernardino
ATTEST:
MAILING ADDRESS:
y.o. \SO~
~C~
/;2lf:,LI
&
SA.:> \St~AI();,.Jl)
q.)L/D).
PHONE NO.: (9D't ) gn - g 177
APPROVED AS TO FORM
AND LEGAL CONTENT:
JAMES F. PENMAN, city Attorney
-:::-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II