No preview available
HomeMy WebLinkAbout1980-434 RESOLUTION NO.?Cl'O -43-'/ 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO McGREW COMPANY, INC. FOR THE DEMOLITION AND GRADING FOR TRACT NO. 1'1537:". 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 BE IT HEREBY RESOLVED 8Y THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 8ERNARDINO that McGrew Construction Company, Inc. is the lowest responsible bidder for construction of a public project, to wit: The demolition and grading for Tract No. 11,537 in accordance with Plan No. 5893: that all other bids therefor are hereby rejected; that the contract therefor is hereby awarded to said bidder; and that authorization be given to execute said contract, a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at an ~ //y~~/) day of rI1i1tt" meeting thereof, held on the c:?7"'l AYES: , 1980, by the following vote, to wit: Councilmen: i~ &'~;i y~?~ ~./~ cfh4 ~&cR~ ~/ ;1A&~) ~ NAYS: ABSENT: ~d/~ SHAUNA CL RK, City Clerk Approved as to form: ~ ~~j/L.~ City Atto ey The foregoing resolution is hereby approved this tfJd;tL0 , 1980. CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUM4 NTS SPECIAL PROVISIONS NO. 5893 FOR THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLORES DRIVE SAN BERNARDINO, CALIFORNIA Department of Public Works DIVISION OF ENGINEERING City of San Bernardino OCTOBER, 1980 4CA � � NOTICE. I,N111JING BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids or proposals for: THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLORES DRIVE, IN ACCORDANCE WITH SPECIAL PROVISIONS NO. 5893 ON FILE IN THE OFFICE OF THE CITY ENGINEER, ROOM 405, CITY HALL. Deliver all bids to the City Engineer' s Office, Room 405, 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 PM Oho A p r D , 1980, at which time all of said bids or proposals will be publicly opened, examined and declared in the City Engineer's Conference Room, 405 P. 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's 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 con- tract, 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 above sum of 10% 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. Pursuant to law, the Mayor and Common Council of the City of San Bernardino, by Resolution No. 12846 and any and all amendments thereto which are hereby referred to and made a part thereof by reference as fully as though set forth at length herein, have acertained and determined the general prevailing_ rate of per diem wages, and of per diem wages for legal holidays and overtime work for each craft or type of workman needed in the execution of contracts under jurisdiction of said Mayor and Common Council . Said prevailing rates of wages shall conform to "General Prevailing Wage Determination made by the Director of Industrial Relations," filed in the Office of the City Clerk, which are made a part of said Resolution No. 12846 and amendments thereto. It shall be mandatory upon the contractor to who the contract is awarded and upon any sub-contractor under him to pay not less than said specified rates to all laborers, workmen, and mechanics employed by them in the execution of the contract, and to prevent discrimination 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 Bernardino. No bid will be accepted from a contrractor who is not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professional Code. a The City of San Bernardino reserves -the right to reject any and all bids and to award Alternate 1 or Alternate 2. Plans and specifications may be obtained from the City Engineer' s Office, Room 405, City Hall , 300 North "D" Street, San Bernardino, California, 92418, upon a non-refundable payment of $5.00 for each set. CITY OF SAN BERNARDINO S14AUNA CLARK, C tnCl erk NOTICE TO SPECIFICAMN NO--------.58.9..3....... SHALL APPU,,R ill FiRSi ISSu-- IrOT L^:(L t THAN: SECv JD r'Uc:LiCr"1i ilV J i";IV _ DAYS LATER SIGN ATUR:........................................UATE...----------. i 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 plans and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLORES DRIVE, in strict conformity with Tans and Special Provisions No. 5893, City of San Bernardino, Department of Public Works , Division of Engineering, and also in accordance with Standard Specifications for Public Works Construction, 1979 Edition, and he proposes and agree 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 construction, and to do all the owrk and furnish all the materials specified in the contract, in the manner and time therein prescribed; and that he will take in full payment therefore the following unit prices , or lump sum prices, to-wit: i . PLAN NO. - 5893 DESCRIPTION OF ITEMS WITH UNIT ITEM gUANTITY UNIT UNIT PRICE WRITTEN WORDS PRICE TOTAL 1 , 1 Lump Sum Clearing & Grubbing at the L.S. Lump Sum Price ofiv_en+m_ -- 2. 1 Lump Sum Unclassified Excavation at L.S. (Estimated Quantity the Lump Sum Price of 9,800 Cu. Yds. ) u v�dr Ej:14' ) ar s 3. 14,600 Cu. Yds. Imported Borrow cu n � _ N _ 1 r op ad NJ-, ceml _ 2.25 i 32,DSO per cu. yd. 4. 1 Lump Sum Construct 8" Concrete Block L.S. Retaining Wall including reinforcing at the lump sum price of StxTho►1Aar_ _ O / — e7 30Q oe� 5. 1 Lump Sum Construct 6" Concrete Block L.S. Wall at the Lump Sum price of —lght k 6. 1 Lump Sum Place crushed rock uniformly L.S. graded and wrapped in Burlap at the lump sum of J w PLAN NO. 5893 DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 7. 15 Ea. Transplanting trees including all appurtenant facilities as called for on the plans and Special Provisions No. 5893, at +- 1 c Alta. � d � n co°° 1,760.°° each. TOTAL NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. T , • "CERTIFICATION . I am aware of, will comply with, .Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- Insurance before commencing any of the work. -Contractor -- :lam Aam of Firm: MCGRO CONSTRNTION C KENNETH L. OLIVER =Title: Vice Presided - --= Date• Qckobe_r ZO, 1980 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 7 calendar days from the date of the "Notice to Proceed," and shall be completed within 25 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* forfeited to the Gity of San Bernardino. Licensed in accordance with an act providing for the registration of contractors, License No. 2&87;_74_ , Classification "A" FIRM NAME: LTM 0OWSTRUCTION CO., INC. P.O. B0' BUSINESS ADDRESS: ANAPMEIM, CALIFORNIA 9280 SIGNATURE OF BIDDER:_ If an individual , so state. If a firm or co-partnership, state the firm name and give the names of all individuals , or 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. MCGR'M CONSTRUCTION CO., INC. GORDON E. McGREW-PRESIDENT }LNNETH L. OLIVER-VICE PRESIDENT .1CZE J. BITTNER-SECTY/TREAS. Dated: Octobae- 26 , 1980 Phone No. 7A4630-7022 SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY 5���® OF AMERICA HOME OFFICE:SAFECO PLAZA SEATTLE,WASHINGTON 98185 I BID BOND Approved by The American Institute of Architects, A.I.A.Document No.A-310(Feb. 1970 Edition) i KNOW ALL BYTIIESEYRESF,NTS,That we, Mc GREW CONSTRUCTION COMPANY, INC. , P. O. BOX 6540, ANAHEIM, CA 92806 i I as Principal,hereinafter called the Principal, i and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington,as Surety,hereinafter called the Surety,are held and firmly bound unto CITY OF SAN BERNARDINO as Obligee,hereinafter called the Obligee, I in the sum of TEN PER CENT (10%) OF THE TOTAL AMOUNT OF THE BID Dollars ($ —105— ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid for SPECIAL PROVISIONS #5893, FOR THE DEMO- i LITION AND GRADING FOR TRACT #11537 AT THE NORTHEAST CORN __R OF 1 • STERLING AND FLORES DRIVE _ NOW, THEREFORE, if 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, and give such bond or bonds as may be specified in the bidding or I Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter I such Contract and give such bond or bonds, 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 perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. State of California t County of Los Angeles S ss On October 20, 1980 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Margaret K. Lowary known to me to be Attorney-in-Fact of Safeco Insurance Company of America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my stand and affixed my official seal, the day and year stated in this certificate above. � sue/ of I:.I C„If�+I.AT A1I1111v�1'.l\J LLAN '+c`s AUFGRtJtA r �/ *_,�-: NOTARY PU[3LIC O �� Not ub1iC I hii7 C1 1, PRWCIPAL OFf i,c IN y ,d:+� I os prJ�e1-`s ��«it, 1984 SPECIAL PROVISIONS SECTION I SPECIFICATION AND PLANS 1-1 .01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for Public Works Construction, 1979 Edition, and City of San Bernardino Standard Drawings, insofar as the same may apply and in accordance with the following special provisions. 1-9 .02 DEFINITIONS - Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Agency - The City of San Ber �ardir;u Board - The Mayor and Common Council for the City of San Bernardino Engineer - The Director of Public Works/City Engineer for the City of San Bernardino. Laboratory The laboratory to be designated by the City of San Bernardino to test materials and work involved in the contract. Notice Advertising for Bids Notice Inviting Bids. Standard Specifications Standard Specifications for Public' Viorks. Construction, 1979 Edition. Other terms appearing in the Standard Specifications, and these Special Provisions, shall have the intent and meaning specified in Section 1-2, "Definitions," in the Standard Specifications. In case of conflict between the Standard Specifications 'and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. SP-1 SECTION 2 2-1 PROPOSAL REQUIREMENTS AND CONDITIONS 2-1 .01 GENERAL -- Bids must be submitted on the proposal form contained herein. All bids or proposals shall be signed, sealed and accompanied by cash, cashier's 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, to whom the contract is awarded re- fuses 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 upon the conditions set forth above as liquidated damages and not as a forfeiture. Bid bonds shall be underwritten by a surety company having a rating in Best' s most recent Insurance Guide of "A" or better. SECTION 3 3-1 AWARD AND EXECUTION OF CONTRACT 3-1 .01 GENERAL -- Award of the contract will be made by the Mayor and Common Council at the next 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 5 calendar days after receiving notification of the award. 3-1 .02 CONTRACT BONDS -- The Payment and Faithful Performance 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. SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, TIME OF COMPLETION AND LIQUIDATED 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 the Standard Specifi- cations and these special provisions. The Contractor shall diligently prosecute the work to completion before the expiration of 25 Working Days from the date of the "NOTICE TO PROCEED." The Contractor shall pay to the City of San Bernardino the sum of $200.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. SP-2 SECTION 5 LEGAL REQUIREMENTS 5.01 LIABILITY INSURANCE -- Tile Contractor's attention is directed to Section 7-3, "_Cfability Insurance," of the Standard Specifications for the City with a policy or certificate of liability insruance as prescribed therein. 5.02 WORKMEN'S COMPEldSATIOPd Ilr;SURAlICE -- The Contractor's attention is r directed to Section 7-4, "ilorkmen's Compensation Insurance," of the Standard Specifications, providing that the Contractor shall file a signed certification Certificate of Workmen's Compensation Insurance before execution of the contract. SECTION 6 6-1 GENERAL 6-1 .01 INCREASED OR DECREASED QUANTITIES -- If the total a quantity of any item of work, subject to the `�'i' pay c y provisions �n 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 3-2.2.1 and these special provisions. j When the compensation payable for the number of units of an item of work t 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 ajustment 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 therefore, the Engineer re- serves 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 con- tractor's request shall be accompanied by adequate, detailed data to support costs Of the item. SP-3 6-1 .02 PERMITS AND LICENSES -- The Contractor shall obtain all permits necessary to perform contract work and these special provisions. All fees have been wavied by the County Board of Supervisors. The Environmental Quality Act of 1970 (Chap. 1433, Stats, 1970) , as amended by Chapter 1154, Stats. 1972, may be applicable to permits, licenses and other authorizations which the Contractor must obtain from local agencies in connection with performing the work of the contract. The Contractor shall comply with the provisions of said statutes in obtaining such permits, licenses and other author- izations and they shall be obtained in sufficient time to prevent delays to the work. In the event that the City has obtained permits, licenses or other authori- zations, applicable to the work, in conformance with the requirements in said Environmental Quality Act of 1970, the Contractor shall comply with the pro- visions of said permits, licenses and other authorizations. 6-1 .03 SOUND CONTROL REQUIREMENTS -- The Contractor shall comply with City of San Bernardino Ordinance No. 1925 regulating and prohibiting loud, unnecessary and excessive noises. See copy of Ordinance No. 1925 attached hereto. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manu- facturer. No internal combustion engine shall be operated on the project without said muffler. No equipment, machinery, or apparatus that permits loud and excessive noise shall be operated during the hours of 10:00 P.M. and"7:00 A.M. , unless approval has first been secured from the Mayor and Common Council of the City of San Bernardino. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transit equipment that may or -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 . Full compensation for conforming to the requirements of this section 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. 6-1.04 HOURS OF LABOR -- In the event that the Engineer is required by the Contractor s o re ap M ons to work more than eight (8) hours in any given day, or 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 Con- tractor shall . pay an amount to the City equal_ to one and a half (1 112) times the Engineer's normal wages and fringe benefits. Such amount shall be deducted from the next following progress payments . 6-1 .05 PAYMENTS -- Attention is directed to Section 9, "Measurement and Payments ," and 9-3.2, "Partial & Final Payment" of the Standard Specifications and these Special Provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. SP-4 6-1 .06 PROJECT APPEARANCE -- The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply: When practiceable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal . Full compensation for conforming to the provisions in the section, not other- wise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. SECTION 7 DESCRIPTION OF WORK 7-1 .01 GENERAL -- The work to be done consists , in general of clearing and grubbing; removing concrete slabs, concrete sidewalk, curb and gutters, concrete retaining walls , brick walls , and tree stumps, transplanting trees, placing embank- ment, grading constructing block wall , and block retaining wall ; and such other items or details, not mentioned above, that are required by the plans, standard specifications, or these special provisions shall be performed. SECTION 8 CONSTRUCTION DETAILS 8-1 .01 COOPERATION AND COLLATERAL WORK -- Attention is directed to Section 7. 7, "Cooperation and Collateral Work," 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 of various locations within project limits may be removed, relocated, abandoned, or installed by companies' or agencies' contractors. it is anticipated that these existing utilities will not interfere with the contractors construction operations. However, the contractor shall exercise due care to insure that these utility facilities are not damaged during his operations. The utility locations shown on the plans are correct to the best of our knowledge. When in doubt the contractor shall contact utility concerned before proceeding further. 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. 8-1 .02 DUST CONTROL -- Dust control shall conform to the provisions in Section 7-8. 1 ,- "Cleanup and Dust Control ," of the Standard Specifications. e-n r 8-1 .03 CLEARING AND GRUBBING -- All clearing and grubbing work shall comply with the requirements of Section 300-1 of the Standard Specifications and these Special Provisions. Removing asphalt concrete, concrete sidewalk, driveways, curb and gutter, concrete slabs, retaining walls, brick walls, and tree stumps and other items to be removed are classified as clearing and grubbing. Trees larger than 2" in diameter, and not to be transplanted, will be removed by others. The stumps will be removes by the contractor. The lump sum price for clearing and grubbing shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals , and for doing all the work involved in clearing and grubbing as directed by the Engineer. 8-1 .04 UNCLASSIFIED EXCAVATION -- Unclassified excavation shall comply with the requirements of Section 300-2 of the Standard Specifications and these Special Provisions. Preparation of the foundation to receive material shall be by relative com- paction to not less than 90%. Unsuitable excavation material shall become the property of the contractor . and be disposed of outside the street right-of-way in accordance with Section 300.2.25 300-•2.6 of the above specifications. A preliminary soils investigation for the project site has been prepared by C.H.J. Materials Laboratory, Inc. (Job - 80645-3). A copy of this soils investi- gation is included in these Special Provisions as Appendix "A". The recommendations within this report shall be fully complyed with. The estimated quantity of Unclassified Excavation shall be the final quantity for which payment shall be made unless the grades or cross sections are changed. Full compensation for unclassified excavation, including subgrade preparation, compacting native material , and including compliance with recommendations contained in the Preliminary Soils Investigation, shall be considered as included in the contract lump sum price for "Unclassified Excavation," and no additional compensation will be allowed therefore. 8-1 .05 IMPORTED BORROW -- Imported borrow shall comply with the require- ments of Section 300-5.2 of the Standard Specifications and these special provisions. Borrow shall be placed as specified in subsection 300-4. Each layer of earth fill shall be compacted to a relative compaction of at least 90 percent. Costs for compaction testing ordered by the Engineer shall be paid for in the following manner: (1 ) Tests 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-6 A preliminary soils investigation for the project site has been prepared by C.H.J. Materials Laboratory, Inc. (Job 80645-3). A copy of this soils investigation is included in these Special Provisions as Appendix "A". The recommendations within this report shall be fully complyed with. Imported borrow may be obtained from San Bernardino County Flood Control property' s as directed by the Engineer, located at Sterling Avenue and Marshall Blvd. , or Del Rosa Avenue and Foothill Drive. A permit will be obtained, from the Flood Control District, by the City for the imported borrow, at no cost to the contractor. 8-1 .06 CONCRETE BLOCK RETAINING WALL -- Concrete block retaining wall shall comply with the requirements of Section 303-4 and 202-2 of the Standard Speci- fications and these special provisions. Portland cement mortar shall be Class "D". Size of block shall be as shown on the Plan. The lump sum price paid for the concrete block retaining wall shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in the construction of the concrete block retaining wall complete in place, as shown on the plans including furnishing and placing all bar reinforcing steel . 8-1 .07 CONCRETE BLOCK WALL -- Concrete block wall shall comply with the requirements of Section 303-4 and 202-2 of the Stanadard Specifications and these special provisions. Portland cement mortar shall be Class "D" . Size of block shall be as shown on the plan. 8-1 .08 CRUSHED ROCK -- Crushed rock shall comply with the requirements of Section 200-1 of the Standard Specifications and these special provisions. The Contractor is to expose the weepholes behind the existing retaining wall and place crushed rock uniformly graded 3/8" to 1 1/2" , wrapped in burlap sacks to depth of weepholes as shown on the plan and as directed by the Engineer. The lump sum price paid for the crushed rock shall include full compensation for furnishing all labor, materials, tools , equipment and incidentals and for doing all the work involved in placing the crushed rock complete in place, as shown on the plans and as directed by the Engineer. 8-1 .09 TRANSPLANTING TREES -- Trees to be transplanted, as shown on the plans , shall be removed by either a "tree spade" or the root-ball method, in accordance with these special provisions and as directed by the Engineer. Care shall be taken to prevent injury to the tree trunk and limbs. All work shall be done in a professional manner by employees experienced in this type of work. The limbs of each tree shall be tied or secured to prevent injury or break- age. In the process of boxing or spading of each tree, no cuts shall be made within the finish size of the root ball . All trees, 6" in' diameter and above shall have a 72" Box width or at least 92" Tree spade width, and a minimum depth of 42". SP-7 Any trees smaller than 6" in diameter shall have a root ball of 6" per each 1" of trunk diameter, with corresponding depth. At no time shall the contractor be allowed to to free fall , drag, roll or in any way abuse the tree or put a strain on the trunk or limbs, that might cause injury or breakage in the process of transplanting. A protective device, such as rubber, leather or other suitable material , shall be used on slings, cables or ropes that may come in contact with the trunk or limbs and cause injury or breakage. At no time shall balled-out trees be left exposed any longer than necessary to transport and transplant. The trees shall be placed in an up right postion. After a tree is placed in position for backfilling, the ball shall be at ground level . Backfilling shall be done with native soil , and thourghly watered. Each tree shall be guyed or braced as needed. A basin larger in diameter than the root ball shall be left. Shock vitamins shall be applied to each transplanted tree in accord- ance with the label on the tree. All excess dirt at the planting site will be disposed of by the City Park Department. Trees shall be transplanted at the general locations shown on the plans. Exact locations will be indicated by a stake installed by the City Park • Department, with the identification number indicated. The City Park Depart- ment shall be notified at least 24 hours prior to any work being commenced on transplanting the trees. The contract unit price paid for "Transplanting Trees" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals , and for doing all work in accordance with the plans and these special provisions, and as directed by the Engineer. CP_Q PRELIMINARY SOILS INVESTIGATION TRACT NO. 11537 DEL ROSA AREA SAN BERNARDINO COUNTY, CALIFORNIA PREPARED FOR CITY OF SAN BERNARDINO JOB NO. 80645-3 y • _ •, • MATERIALS LABORATORY_ , INC- P.O. Box 3027 • 1526 No. "E" Street, San Bernardino, Calif. 92413 • Phone (714) 888-5714 September 9, 1980 City of San Bernardino Job No. 80645-3 300 North "D" Street San Bernardino, CA 92418 Attn: Joe Bell Gentlemen: Attached herewith is our report of the Preliminary Soils Investigation conducted by this firm for Tract No. 11537 in the Del Rosa area of San Bernardino County, California. This investigation was planned and executed based upon plans and other information furnished this office, and in accordance with accepted engi- neering practice. C.H.J. Materials Laboratory has prepared this report for the use of the City of San Bernardino and their designates for design purposes in accor- dance with generally accepted soil and foundation engineering practices. No other warranty, expressed or implied, is made as to the professional advice included in this report. This report has been prepared for use by the above named party and may not contain sufficient information for other parties or uses. Respectfully submitted, C.H.J. MATERIALS LABORATORY, INC. 1 Edw S. Fie d Staff Engineer x � R fb WrJ. o h s >n, R.E. 27060 ESF: ps w SOILS MECHANICS ENGINFLPING MATLPIALS TES7ING AND FVAIUATION CONSTPUCIION INSPECTIOM PRELIMINARY SOILS INVESTIGATION TRACT NO. 11537 DEL ROSA AREA SAN BERNARDINO COUNTY, CALIFORNIA PREPARED FOR CITY OF SAN BERNARDINO JOB NO. 80645-3 SCOPE During August and September of 1980, a Preliminary Soils Investigation for Tract No. 11537 in the Del Rosa area of San Bernardino County, California, was performed by this firm. The purpose of this investi- gation was to explore and evaluate the geotechnical conditions at the subject site and to provide engineering recommendations for site grading, foundation design for the proposed residential structures, and support of concrete slabs-on-grade. To orientate cir investigation at the site, a 40-scale tentative map of Tract No. 11537 prepared by Garner, Tracadas and Troy, Inc. , dated July 1980 was furnished for our use. The tentative map included a proposed development scheme as well. as tentative building pad and street elevations. Our investigation, together with our conclusions and recommendations, is presented in the following report. PROJECT CONSIDERATIONS Information furnished this office indicates that the subject 6. 2 + acre site will be developed with twenty four (24) residential type structures. One and two story structures of wood frame and stucco construction are anticipated. Light to moderate foundation loads are normally associated with such structures. The project grading plan was not available at the .time of our investigation. However, inspection of site topography and of adjacent developments indi- cates that development of this site will entail cuts and fills to a maximum anticipated height of approximately ten (10) feet. The final project grading plan should be reviewed by this firm. f -4- Job No. 80645-3 recommendation of this firm that; 1 ) all fill within the building pad areas must be removed; and 2) that buildings be placed on pro- perly compacted fill . Removal of the fill material and construction of a compacted fill mat for support: will provide a dense, uniform, high-strength soil layer to distribute foundation loads over the weaker underlying soils. Conventional spread or continuous wall footings may be utilized for the foundation scheme. Detailed recommendations are presented following. RECOMMENDATIONS SITE GRADING: Grading of the subject site should be performed in accordance with the provisions of Chapter 70 of ,the Uniform Building Code or applicable local ordinances. The following recommendations are presented for your assistance in establishing proper grading criteria. All areas to be graded should be stripped of significant vegetation, old structure remains, and other deleterious materials. These materials should be removed from the site for disposal . The existing man-made fill material within 10 feet of the building pad areas should be completely removed, cleaned of significant deleterious materials, and stockpiled pending replacement as compacted fill . A representative of this firm should be present during this operation to ensure complete removal of all such fill . The cavities created by the removal of the trees, the exploratory trenches utilized for this investigation, old foundations and other t7 subsurface obstructions, where encountered, should be thoroughly cleaned of loose soil , organic matter and other deleterious materials, shaped to provide access for construction equipment, and backfilled as recommended for site fill. ,•r 5- r Job No. 80645-3 The compacted fill mat for foundation support may be constructed by subexcavating the footing areas to a depth of 12 inches below the footing base grade and for a distance of 10 feet outside of the footing lines. The subexcavated soils and all surfaces to receive fill should be scarified to a depth of at least 6 inches. The scarified soils should be moistened to a near OptiMUM moisture content and compacted to a relative compaction of at least 90 percent (ASTM D 1557-70) . The on-site soils should provide adequate quality fill materials pro- vided they are free from organic matter and other. deleterious materials. Unless approved by the Soils Engineer, rock or similar irreducible material , such as stockpiled AC and concrete, with a maximum dimension greater than 8 inches shall not be buried or placed in fills. At such time that the final project grading plan is approved, this firm should review the plan to determine suitable rock disposal areas. Import fill should be inorganic, granular soils, free from rocks or lumps greater than eight (8) inches in maximum dimension. Sources for import fill should be inspected and approved by the Soils Engineer prior to their use. Fill should be spread in 8-inch or less lifts, each lift moistened to a near optimum moisture content, and compacted to a relative compaction of at least 90 percent (ASTM D 1557-70) . Preliminary data indicates that cut and fill slopes should 'be constructed no steeper than 2 horizontal to 1 vertical . Fill slopes should be over- filled during construction and then cut back to expose fully. compacted P soil . A suitable alternative would be to compact .the slopes during con- struction and then roll the final slope to provide a dense, erosion-resis- tant surface. Inasmuch as the native materials are moderately susceptible to erosion by running water, it is our recommendation that the slopes at the project -6- I � job No. 80645-3 be planted as soon as possible after completion. This will enable, the plants to become firmly established prior to winter rains. The use of succulent ground covers such as iceplant or sedum is not recommended. It is imperative that no clearing and/or grading operations be per- formed without the presence of a representative of this firm. An on-site pre-job meeting with the Developer, the Contractor, and the Soils Engineer should occur prior to all grading related operations. Operations undertaken at the site without the Soils Engineer present may result in exclusions of certain areas from the final compaction report for the project. FOUNDATION DESIGN: If the site is prepared as recommended, the proposed residential struc- tures may be safely founded on conventional spread or continuous wall footings bearing on a minimum of 12 inches of compacted fill . For the proposed single story structures, footings should be at least 12 inches wide, placed at least 12 inches below the lowest final adjacent grade, and designed for a maximum safe soil bearing pressure of 1800 pounds per square foot for dead plus live loads. For the proposed two story struc- tures, footings should be at least 15 inches wide, placed at least 18 inches below the lowest final adjacent grade, and designed for a maximum safe soil bearing pressure of 2000 pounds per square foot for dead plus live loads. Since significantly expansive soils were not encountered at the site, special reinforcement of footings and slabs-on-grade to resist expansive soil forces will not be required. C Footings should be set back from the top of all cut or fill slopes a horizontal distance equal to at least one-half the vertical slope height, with a minimum setback of at least five (5) feet. For footings thus designed and constructed, we would anticipate a maximum settlement of less than 0.75 inch. M• -7- Job No. 80645-3 LATERAL LOADING: Resistance to lateral loads will be provided by passive earth pressure and basal friction. For footings bearing against compacted fill , pas- sive earth pressure may be considered to be developed at a rate of 400 pounds per square foot per foot of depth. Basal friction may be com- puted at 0.40 times the normal dead load. Basal friction and passive earth pressure may be combined directly. For preliminary retaining wall design purposes, active earth pressure may be considered to be developed at a rate of 40 pounds per square foot per foot of depth. This value should be verified prior to con- struction when the backfill materials and conditions have been deter- mined and is applicable only to level , properly drained backfill , with no additional surcharge loadings. If inclined backfills are proposed, this firm should be contacted to develop additional active earth pres- sure parameters. Toe bearing pressure for walls not treated as foun- dations (undercut) should not exceed U.B.C. values (Table 29) . These values may be increased by 1/3 for wind or seismic loading. Foundation concrete should be poured in neat trenches or the foundation excavations should be properly backfilled as recommended for site fill . SLABS-ON-GRADE: To provide adequate support, concrete slabs-on-grade should bear on a minimum of 12 inches of compacted soil . The final pad surface should be rolled to provide a smooth, dense surface upon which to place the concrete. Slabs to receive moisture-sensitive coverings should be provided with a barrier to vapor moisture. This barrier may consist of an impermeable membrane. Two inches of sand over the membrane will reduce punctures and aid in obtaining a satisfactory concrete cure. 4 CONSTRUCTION INSPECTION: All grading operations, including site clearing and stripping, should be - -fi- Job No. 80645-3 inspected by a representative of this firm. The presence of our field representative will be for the purpose of providing observation and field testing, and will not include any supervising or directing of the actual work of the Contractor, his employees or agents. Neither the presence of our field representative nor the observations and testing by our firm shall excuse the Contractor in any way for defects discovered in this work. It is understood that our firm will not be responsible for job or site safety on this project, which will be the sole responsibility of the Contractor. Again, it is imperative that no clearing and/or grading operations be performed without the presence of a representative of this firm. An on-site pre-job meeting with the Developer, the Contractor, and the Soils Engineer should occur prior to all grading related operations. It should be stressed that operations undertaken at the site without the presence of the Soils Engineer may result in exclusions of certain areas from the final compaction report for the project. The conclusions and recommendations presented in this report are based upon the field and laboratory investigation described herein and infor- mation available at this time, and represent our best engineering judge- ment. We make no other warranty, expressed or implied. Should conditions be encountered in the field that appear different than those described in this report, we should be contacted immediately in order that we might evaluate their effect. We appreciate this opportunity to be of service and trust this report provides the information desired at this time. Should questions arise, please do not hesitate to contact this office. Attachments: Plat "A" Test Trench Logs "a" - "F" Test Data Summary "G" 6W i 24 23 22 21 20 19 18 17 w w � o Z X 10 II 12 13 14 15 16 C w t- 8 7 6 5 4 3 2 1 � I i LOS FLORES DRIVE I I 'TY��GIn toga-�;ov.5 r.1 PLAT s1 FOR CITY OF SAIL ENCLOSURE it TRACT NO. 11537 "All SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE SAN BERNARDINO COUNTY, CALIFORNIA 80645-3 • • �„�• MATERIALS LABORATORY, INC. N' GROUP TYPICAL NAMES MAJOR DIVISIONS GROUP Well graded grorsls, yrorel said.mutuns, Y'`rr• GW Illlle or no finds. CLEAN or.0 GRAVELS (Lillis or no fines) GI' Poorly groded g,ovals Of gr.ordl cant m4slufYS, little or ra I+MS. GRAVELS Luiw0 Itwn 50% of coal$6 frucl4un Is GM Silty gravels, g,ovdl•sond-$III m4slu14.1, LARGEH Itwn IM No. 4 tiara etra) Wy THVFI ES (ApyreCiobla amt. r, GC Clayey glovdls, q/ovel sand cby mul�rss. COARSE of Isn*s) tk s) GRAINED SOILS Well graded sands, grovolly sands, hill• or (setae Uan 50% of _ Sw no Imes. mounol w LARGER SANDS Iron No.GW b is CLEAN ►Ile) (Lillis a Ao lints) {i::' PWrly graded sands or gravelly sands, hills _ SP at no finds. SANDS ae Ilion W% of C.a urss fruCtion is - SM Silly sands, &"-sill rpislu(el. SMALLER Ir...n " N4.4 stars site) SANDS WI-,,4' FINES ' (Appraciabls aml. SC Cloysy bonds, Wd-Uol miaturas. of tines) Inoryanic %Ills onf illy fine sands,rock flour, • ML silly or uayry fine sands ar clayey •lilt *ori Nlgnl p1061411y. SILTS AND CLAYS Inorganic clays of Ww to medium plustictly, CL yrarslll clays, toady clays, silly clays, Ilan (LIq id haul LESS Itsan 50) clay%. OL Organic sills and organic silly cloys of Ww FINE posl4aly . GSOILsa MN Inorganic sills, micaceous or d+atomouous lslare loon b0 L of line sandy or still 64416,slasllc sills. mot",al A $MALLER awn No.300 ►ieve SILTS AND CLAYS CN Inorganic Cloys of high ploslicily,let clays. . (Liquid limit GREATER thun 50) Organic Clays of medium to high Oatllcily, ON organic sd14. HIGHLY ORGANIC SOILS pt Peal and olner highly argunic soil*. SOOHDARY CLASSIFICATIONS', Soils possessing gra( m w4rlics, Cl Iwo group% pre. dasignaled by t P A R T I C L E S I Z E L I M IT S SANO GRAVEL 1 e SILT OR CLAY _ COtitiLESI BOULDERS r,r,t YtOIUM :ourx lire co.rlu N0.200 lei] 0 Irp l0 N 0 1t+• )w. U nJ Y. I• 6 T A N 0 A R 0 f I C V I 3 1 Z C UNIFIED SOIL. CLASSIFICATION SYSTEM Relusnce : ' 1he Uo+lied Sod Classification System, Caps d Engin6us, U.S Armr( 1e[h(I M�nIJ1+0)m No.3 317, Vol. 1, Mar(h,U:+3. (Revl*aJ 4 . � lRir`O>t• • MATE KIALS LAUOlATORY, INC 0 �* DESCRIPTION 0 Q � 5• �� pQ p �e � �Q ���P� 54 3. 2 (SP) Sand, fine to medium, with traces coarse, caving (fill ) , light brown 101 .4 2. 9 80 .� (SM) Silty Sand, fine with traces medium and 2 � I coarse, firm, light brown. (fill ) N 3 ' 112. 5 5. 3 89 (SM) Silty Sand, fine to medium, with traces 4 coarse, moderately firm, brown (fill ) 5 8 ?I 3 2 (SM) Silty Sand, fine to medium, with traces g coarse, moderately firm, light brown 10 � t 11 • 12 �. 13 � 14 FILL TO 8.0' Is • CAVING TO 1 .0' 1; NO FREE GROUNDWATER 17 IB 19 20 TRENCH 1 FOR CITY OF SAN TRACT NO. 11537 ENCLOSURE ilB11 SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE: SAN BERNARDINO COUNTY, CALIFORNIA 80645-3 �• • �,,,®• MATERIALS LABORATORY, INC. R 5 0 0I&��J 0��' A�`P(j,\ DESCRIPTION G P 0.6 r (SM) Silty Sand, fine to medium, with traces coarse, firm, brown (fill ) 2 104. 9 3. 9 £33. 3 �I 1 ' 6 (SM) Silty Sand, fine to medium, with traces 119.7 3.4 95 coarse, firm, light brown 5 r , 6.6 (SM) Silty Sand, fine with traces medium and coarse, moderately firm, brown a 5. 9 �. (SM) Silty Sand, fine to medium, with traces s coarse, moderately firm, light brown II 12 •�l•. 13 �� 14 FILL TO 3.5' Is NO CAVING Ib NO FREE GROUNDWATER I7 18 •. 18 � 20-M 1 TRENCH 2 FOR CITY OF SAN TRACT NO. 11537 ENCLOSURE 11C11 SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE SAN BERNARDINO COUNTY, CALIFORNIA 8064 5 3 �• • ®. • MATERIALS LABORATORY, INC. m 5 p 0 Op yF�G DESCRIPTION 5 2.7 121 . 1 4. 1 94 2 (SM) Silty Sand, fine with traces medium and 104. 6 4. 1 81 3 1:1 � coarse, firm, brown (fill ) 4 I 6 7 a �: 4. 4 (SM) Silty Sand, fine to medium, with traces coarse, moderately firm, light brown 10 12 13 14 FILL TO 7.0' 15 NO CAVING 16 NO FREE GROUNDWATER 17 18 19 20 t] TRENCH 3 FOR ENCLOSURE CITY OF SAN TRACT N0. 11537 SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE- SAN BERNARDINO COUNTY, CALIFORNIA 80645-3 CC> - • "• MATERIALS LABORATORY, INC . ..n ox 1jJ p'��'�� �'P��� \+ DESCRIPTION 0. 6 (SM) Silty Sand, fine with traces medium, very T � firm, light brown 2.5 .� 2 (SM) Silty Sand, fine to coarse, moderately firm, 110. 7 2.7 85 light brown 4 .1 107. 6 6. 1 83 s , r ^; (SM) Silty Sand, fine to medium, with traces 5. 3 T coarse, moderately firm, light brown . e 9 -41 " 10 (SM) Silty Sand, fine to coarse, with traces 6.1 11 gravel to 1" , moderately firm, light brown 12 13 14 Is NO CAVING 1� NO FREE GROUNDWATER IT 18 z. 18 $ 20 TRENCH 4 1011 CITY OF SAN TRACT NO. 11537 ENCLOSURE SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE SAN BERNARDINO COUNTY, CALIFORNIA 80645-3 ��+ • s,�• MATERIALS LABORATORY, INC . • DESCRIPTION ee�Q S • ����P v 0.6 a (SM) Silty Sand, fine with traces medium and 111 .9 5. 6 86 coarse, moderately firm, brown (fill ) 2 2. 5 (SM) Silty Sand, fine to coarse, moderately firm, a light brown 109.7 5. 1 84 4 5 V 5. 3 (SM) Silty Sand, fine to medium, with traces coarse, moderately firm, light .brown 6 1 ` .� ; (SM) Silty Sand, fine with traces medium and s coarse, moderately firm, brown :1 10 II 12 13 FILL TO 2.0' 14 CAVING @ 12.0' Is NO FREE GROUNDWATER to I7 IS 19 i 20 TRENCH 5 fOR CITY OF SAN TRACT NO. 11537 ENCLOSURE 11F11 SCALE BERNARDINO DEL ROSA AREA JOB NUMBER DATE. SAN BERNARDINO COUNTY, CALIFORNIA 80645-3 �• • �,,,�• MATERIALS LABORATORY, INC . Job No. 80645-3 Attachment "G" TEST DATA SUMMARY LABORATORY STANDARD: ASTM D 1557-70; Method C; 4-Inch Diameter Mold; 1/30 Cubic Foot Volume; 5 Layers; 25 Blows per Layer; 10-Pound Rammer; 18-Inch Fall ; - 3/4" Material . Type Classification Optimum Moisture Maximum Density (percent) (PCF) 1 Silty Sand, fine to 9. 5 130.0 coarse with trace gravel to 1" (SM) 2 Silty Sand, fine to 10.0 126.0 medium, with trace coarse (SM) 3 Silty Sand, fine with 9.0 129.0 trace medium, coarse, - gravel to 1" (SM) SHEAR TESTS: Trench No. Depth of Angle of. Internal Cohesion Sample (ft. ) Friction (°) (PSF) 4 2 35 335 '9 ig N' AGREEMENT CITY OF SAN BERNARDINO This agreement, made and concluded this 2- 1 day of 1980, between between the City of San Bernardino, party of the first part, and r11, Contractor, party of the second part. Article I - Wetnesseth, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the first part and under the conditions expressed in the two bonds, bearing even date with these presents, and hereunto annexed, said party of the second part agrees with the said party of the first part, at his own proper cost and expense in the Special Provisions to be furnished by said party of the first part, necessary to complete in good workmanlike and substantial manner THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLORES DRIVE, in strict conformity with Plans and Special Pro- visions No. 5893, and also in accordance with Standard Specifications for Public Works, Engineering Division, on file in the Office of the City Engineer, which said Plans, Special Provisions , and Standard Specification are hereby especially referred to and by such reference made a part hereof. Article II - And the said contractor agrees to receive and accept the following prices 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 acts of the elements , or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of San Bernardino 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 the, to-wit: Article III - The said party of the first part 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 ti, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. PLAN NO. 5893 DESCRIPTION OF ITEMS WITH UNIT ITEM gUANTITY UNIT UNIT PRICE WRITTEN WORDS PRICE TOTAL 1 . 1 Lump Sum Clearing & Grubbing at the L.S. Lump Sum Price of i en -y ,a an � nc2- 1 2. l Lump Sum Unclassified Excavation at L.S. (Estimated Quantity the Lump Sum Price of 9,800 Cu. Yds. ) T67g k �q 5 5''�c� `fFarc 24,350 c- 3. 14,600 Cu. Yds. Imported Borrow T;j-k! r � �, Z.ZS 32,��® per cu. yd. 4. 1 Lump Sum Construct 8" Concrete Block L.S. Retaining Wall including reinforcing at the lump sum price of Sly Tih uAX-_ 5. 1 Lump Sum Construct 6" Concrete Block L.S, Wall at the Lump Sum price of ,it((� 2 app: 6. 1 Lump Sum Place crushed rock uniformly L.S. r graded and wrapped in Burlap at the lump sum ofd ,h r�� �• a�l[�r� O° and.�a PLAN NO. 5893 DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 7. 16 Ea. Transplanting trees including all appurtenant facilities as called for on the plans and Special Provisions No. 5893,' at and Cerris each. o TOTAL NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. 1 Article IV - 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 instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these present have hereunto set their hands the year and ate first above written. - ATTEST: CITY OF SAN BERNARDINO SHA A CLARK, City Clerk Kay r Approved as to form: CONTRACTOR Name of Firm: MCGREW CONSTRUCTION CO., INC City Attorney BY _ KE NETH . OLFVER TITLE: Vim Dr s;dent MAILING ADDRESS: P.O. BOX 6540 ANAHFIM. 1.rAWFORNI X806 Phone No. 714630.7022 LOS- 4va ^ �, Ct+. .I ;)( r. E.i,,„ z:..ace Company pg y 3&. 'cco h.w .,: .nceCOrxapaxa.y_- ,-- McGrew Construction Co. , Ifle. Associated International I,ns, P. 0. Box 6 540 Anaheim, CA 92306 - �7f (' i >_1Jsj .. G i J o ±airs 1 �e1 1 a y T _'_Frill Of Lr E:II+ty in VPiousands UU �.vEi`wF�?r.L. L s,o3ELlT`{-- -�—._.._ r__ _�_3 'li _ r� __ - ----�- - Nl 14b 41- �- /1/81 SGDILY INJURY l 3 3 I a E FIROPERTYD,VAPGC $ $ `XI r} 0 r rtiJ Col.t APSE a ARI.' HF,?r,RD v� �• �;� ODILYIN WRY AND � 500 500 �rt"_`_''� V I PAC f tItL N_ Ire ,SCE PROP!=RTY DAMAGE $ `X ),ao r 1 R9 PR.;PE Riy " COME�tNCD t_- P A v�AC c I 4 �-- iv FFEN EN co"Si RA TOn'; I } I i L RS_?^d. Ld Wil" € f'[NSUNAL INJURE � $ r i A AUTOMOMLE LAABILI T Y BA 1 3 3 95 9� � 1 81 � En I1 1 L Y N II ,Y 1 _ (fActIPER.,U'J) $ I, i '1.F rEN>f:'F. FUhP.7 j RODiLYINJURY $ ! (EACH ACCIDENT) I t PROP[RTY DAMAGE $ i I—'"°l h j�a,-ar ---_._. -`----.__- .. _._. _._._. - ___.--- -. __ - _-.-_._.� RE2p(I'k,�r�)LNE,fdAGEii'w +'�,:..aWu^ AND $ 500 EXCE S LSAS!LwTY � AUL, 3 01446 4�/1/81 � BODILY INJURY AND 1, 000 ! Q 1, 000 1 , )Crt1 i PROPERTY DAMAGE r:cr L CornEslNEO � WORKERS'cOrtIfaESVSaT3ONf G6517OLA3 ------ 4/1/$�---- — STATUTORY ?? and m r $ PLOY RS'L9A�ELITY � � ,:: r ,,T — OTHER Special Provisions No. 5393 for the demolition and grading �r Tract No. 11537 at the N/E co rner of Sterling Avenue and Lo s Flo re s D rive, i -�;.` d As respects Policies Nos. HI146341, BA1389594 and AUL301446 it is agreed the City of San Bernardino is an additional insured but only as respects work performed for the City' of San Bernardino by the named insured. � ' It is agreed that in the event of cancellation or reduction in the limits of liability of this insurance, 30 days 4 j prior written notice will be given to the certificate holder. t NAME AND ADDRESS OF CERTIFICATE HOLDER: November 14, 1980 City of San Bernardino DATE ISSUED,_ November ' 300 No. D Street TIPTC�P! & Company , San Bernardino, CA f AUTHORIZED REPRKENTATIVE I ACORD 25(1-29) , SAFECO INSURANCE COMPANIES SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE 4347 BROOKLYN AVE.N.E.,SEATTLE,WASHINGTON 98105 Bond No. OGo 4082857 CONTRACT BOND — CALIFORNIA PAYMENT BOND KNOWALI, IIENBY THI.K PRF,SENTS, That we,McGREW CONSTRUCTION COMPANY,__INC. - P8 O,, BOX 6540, ANAHEIM, CA 92806 and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF ,SAN BERNARDTNQ — as Obligee. III the Sinn of EIGHTY FIVE TT401JSAND THRFF HUNDRED SIXTY AND NQILQ_0_- _ _ _ _ _ _ _ _ _ _ _ —Dollars($ 85360 00 I. im the payment whereof,well and truly to be made,said Principal and Surety bind themselves, their heirs,administ1atol successors and assigns,jointly and severally,firmly by these presents, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHF.RF.AS, the above-bounden Principal has entered into a contract, dated day of 19 with the Obligee to do and perform the following work,to-wit: SPECIAL PROVISIONS NO. 5893 FOR THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLORES DRIVE ,%Olt'. IIII:RFFORI:, if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California,or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,or any amounts required to be deducted,withheld and paid over to 111c Franchise Tax Board from the wages of employees of the Principal or his sub-contractors pursuant to Section 18800 k the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in case suit is brought upon this bond,a reasonable attorneN", tee. to be fixed by the court. Tlo>, bond shall inure to the benefit of any and all persons,companies or corporations entitled to file claims under Section 31 I of the Civil Code of the State of California,so as to give a right of action to them or their assigns in ane suit hrought upnn 1111: hoed. Signed,scaled and dated this 14TH day of NOVEMBER 80 McGREW CONS TRUCTJON:,QOMPANY, INC. Principal IkENNE11H L. ULIVtK - � lira President No premium is charged for this bond. It is executed III connecholl with a bond for the performance of the cons mct. SAFECO INSURANCE COMPANY OF AM F RICA t;y fwf a c_;1 �� �- MargaretA,'. Lovvary, Attorney-iii-Fact I CONTRACT BOND — CALIFORNIA tt� IN U'AANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA. FAITHFUL PERFORMANCE — FIRST NATIONAL INSURANCE COMPANY SAFECO PUBLIC WORK AMERICA HOME OFFICE: AFECO PLAZA SEATTLE,WASHINGTON 98185 j I!i Bond No. 4082857 Initial premium charged for this bond is $580. 00 subject to a Iustment upon completion of contract at applicable rate on final contract price. KNOWALLMENBYTHESEPRESENTS, That MCGREW CONSTRUCTION COMPANY, INC._ of P. O. BOX 6540, ANAHEIM, CA 92806 as Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF SAN BERNARDINO I in the sum of EIGHTY FIVE THOUSAND THREE HUNDRED SIXTY - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars(S 85. 360. 00 for the payment whereof,well and truly to be made,said Principal and Surety bind themselves,their heirs,administrators, successors and assigns,jointly and severally,firmly by these presents. Till:- CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above-bounden Principal has entered into a Contract, dated 19 ,with the CITY OF SAN BERNARDINO_ to do and perform the following work, to-wit: - SPFECIAL PROVISIONS NO. 5893 FOR THE DEMOLITION AND GRADING FOR TRACT NO. 11537 AT THE NORTHEAST CORNER OF STERLING AVENUE AND LOS FLOR.ES DRIVE ,NOW. THEREFORE, if the above-bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 14TH day of NOV. , 19 80 . McGREW CONSTRUCTION C 11'F_'_ Y INC. Principal KENNETH L. UUM 11i`a President SAFECO INSURANCE COMPANY OF AMERICA By Margaret R. Lowary, Attornev-in-Fact