Loading...
HomeMy WebLinkAbout16-Development Services 11 I'll a- I' , CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Date: June 24,2002 0,""'- ," 'L ; j' . j ",I. ,. it Subject: Resolution awarding contract to International Pavement Solutions, Inc, for construction of ADA access ramps, and sidewalks at various locations, per Plan No. 10436. Dept: Development Services File: 1. 7235 MCC Date: July 15, 2002 Synopsis of Previous Council Action: 6/25/02 Approving and adopting final budget for FY 02/03 including $177,800 for disabled access ramps at various locations in Account No. 129-367-5504-7202. Recommended Motion: Adopt Resolution. ~v~r~ Contact person: Mehran Sepehri, Senior Civil Engineer Phone: "1 ?7 Supporting data attached: Staff Report, & Reso" Project Locations Ward: All FUNDING REQUIREMENTS: Amount: $85,000.00 Source: 129-367-5504-7202 Acct. Description: Disabled access ramps various locations. Finance: ~d-?t,~/r/ t?~ ~ Council Notes: ~BSOMdCDd-d0iO Agenda Item No. / fo ttf/aM/llC/Jd f) fS/Od- I' 'I <- I' . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution awarding contract to International Pavement Solutions, Inc. for construction of ADA access ramps, and sidewalks at various locations, per Plan No. 10436. Background: This project consists of removal of existing curb, gutter, and sidewalks and construction of ADA access ramps and sidewalks to meet ADA requirements. These improvements will provide easier accessibility for disabled citizens to public or private facilities. Staff anticipates that the next project will include the remaining access ramps and sidewalks project budgeted for FY 02/03. The Plan and specifications for this project are complete and the project is ready to be awarded. The estimated project costs are as follows: Construction Cost $ 62,200.00 Continl1;encies $ 10,000.00 Design, InsDection, and Contract Administration $ 12,800.00 Total $ 85,000.00 This project was advertised locally in the San Bernardino County Sun Newspaper, F.W. Dodge, Green Sheet, Daily Construction, Bid America, Plan Room, the City's web site, and with the San Bernardino Area Chamber of Commerce. The following five companies responded: Name of Bidder City Amount of Bid International Pavement Solutions, Inc. San Bernardino $ 62,200.00 Fischer Plumbinl! San Bernardino $ 84,405.00 VCI Telcom, Inc Upland $ 92,780.00 Malton Construction Riverside $ 94,250.00 E.B.S., Inc. Corona $ 106,445.00 Engineering Estimate $ 92,664.00 Based on review of the sealed competitive bids received, staff has determined that International Pavement Solutions, Inc., is the apparent lowest bidder in the amount of $62,200, and has met the minimum requirements of the specifications and bid guidelines and staff recommends that the Mayor and Common Council award the referenced contract to said contractor. In the future, in order to achieve economies of scale, Staff plans to package these types of projects into a larger single unit for bidding purposes. -2- ~ ' I t" Financial Impact: Funding for this project in the amount of $85,000 is budgeted in FY 02-03 from i/2-Cent Sales Tax funds in Account No. 129-367-5504-7202. Recommendation: Adopt resolution - 3 - -1 -11" r .' .' , PROJECT LOCA nONS ITEM PROJECT LOCATIONS NO, BASIC BID I. ACCESS RAMPS AT TIlE NW, SW & SE CORNERS OF ARDEN ST AND PACIFIC AVE (SAN GORGONIO HIGH SCHOOL) 2, ACCESS RAMPS AT THE 10 LOCATIONS NOTED ON DRAWING #2 WEST SIDE DRIVEWAYS OF SAN GORGONIO HIGH SCHOOL 3, ACCESS RAMPS AT THE 4 LOCATIONS NOTED ON DRAWING #3 SOUTH SIDE DRIVEWAYS OF SAN GORGONIO HIGH SCHOOL 4, ACCESS RAMPS AT THE 5 LOCATIONS NOTED ON DRAWING #4 WEST SIDE DRIVEWAYS OF GOLDEN V ALLEY MIDDLE SCHOOL AND CROSS WALK 5, ACCESS RAMP AND SIDEWALK WITH CURB & GUTTER & ROOT BARRIER AT THE PARKING LOT AT NE CORNER OF MT, VERNON AVE AND 5TH ST 6, ACCESS RAMPS AT THE NW, SW AND SE CORNERS OF MT, VERNON AVE AND BELLEVIEW ST 7. ACCESS RAMPS AT THE ALLEY WAY ON THE WEST SIDE OF ARROWHEAD BLVD BETWEEN 6'" AND 7TH STREETS 8, ACCESS RAMPS AT THE NE & SW CORNERS OF 15'" ST AND CALIFORNIA ST 9. ACCESS RAMPS AT THE NW & SW CORNERS OF MAGNOLIA AVE AND CALIFORNIA ST 10. ACCESS RAMP AT THE NW CORNER OF 8'" ST AND WESTERN ST 11. ACCESS RAMPS AT THE NW & SE CORNERS OF OLIVE ST AND "D" ST 12, ACCESS RAMP AT THE NE CORNER OF SPRUCE ST AND PICO AVE 13. ACCESS RAMP AT THE NE CORNER OF 7'" ST AND PERSHING AVE 14. ACCESS RAMP AT THE NE CORNER OF 48'" ST AND "H" ST 15. ACCESS RAMP AT THE NW CORNER OF 19'" ST AND MEDiCAL CENTER DR 16, ACCESS RAMP AT THE SW CORNER OF EUREKA ST AND DEL ROSA AVE 17, ACCESS RAMP AT THE SW CORNER OF 39'" ST AND GENEVIEVE ST 18, ACCESS RAMP AT THE NW CORNER OF CLUSTER ST AND BOYD AVE 19, ACCESS RAMP AT THE NE CORNER OF LOMA AVE AND L YNWOOD DR 20, ACCESS RAMP AT THE SE CORNER OF PUMALO ST AND DEL ROSA AVE 21. ACCESS RAMP AT THE NE CORNER OF BASELINE ST AND BELLE ST ADDITIVE ALTERNATIVE BID I. I ACCESS RAMPS AT THE 10 LOCATIONS FOR lY" ST AND "G" ST Additive Alternative Bid is included as part of construction cost to be build by contractor, 11l'!'i'r '):1"111 .# 16 CONSTRUCTION LOCATION DRAWINGS 50 T'fl r~':------ I I I PLAN NOT TO SCALE PROPOSED HC RAM~ ~ '" z ..... ~I <r XI STING HC RAMP - -- -1- PACIFIC AVE. ,,,J ~ROPOSED HC RAMP PROPOSED HC s. ". ~\\) cP CJ\)~ s~~ NDr.: l' A CALTRANS srmJJUUJ 18 SIUC'nD nR ANY IU.NDlCAP IUJlP CDNS'l'RUCf'ION. TBI CONf'BACfYJR MUST IUJIOQ UD IlZPUC8 'l7U CURB AND WT'r81l 2'/1 rB8 1lJ(;1 0' THI ZZlSf'INC fRlfTlR LIP. CITY OF SAN BERNARDINO DEVELOPIlENT SERVICES - PIJIIUC WORICS/I!lGIIIJZRDlG HANDICAP RAMP CONSTRUCTION ON PACIFIC AVE. & ARDEN ST. (SAIl GORGONlO H.S.) DRAWING NO. 1 ----------------------- .. r ---.n- PLAN NOT TO SCALE , , + :h. I I PRtPCSED He RAMP I J I r PROPOSED He RAMP I l J " ~. ~ '" ~. n ~\f;:> I,. < ... \if;:> r \if;:>~ PROPOSED He RAMP ~t>~ I ~ 1 PROPOSED He RAMP L I r :J PROPOSED He RAMP L 1 PROPOSED ~ 1 ~ 1 -~ - MDE+' - \ A.!.DEN ST. \ '- - '- \ CITY OF SAN BERNARDINO DRAWING DEVIlLOPIIENT Sl:lMCZS - PUBUC 1RlRlCll/ENGIII!ZIlIIlG NO. NOT6: " A CALTlUNS Sf'ANAUUJ IS S8UC1'8D niB ANY llANDICAP IUJIP CONSf'BUCf70N. HANDICAP RAMP CONSTRUCTION T.I CONTIUcroB JlUSf' UlIO,. MID ON 2 RlPUU T8. CUD UIJ t:Un'6R 2"0 Tal IDta 0' T.. 6ZIS17NC CUIT.R LIP. PACIFIC AVE. 1IEST SIDE DRIVElrAVS or SIJl GORGONlO as. PROPOSED HC RAMP "''',- ~~ f l- V) z w '" a:: <[ PROPOSED/ HC RAMP A S. ~. ~f) (jQ (jQ~ s~~ PROPOSED HC RAMP , , , , , , l i l__________________________________ NOTE: IT A CALTRANS STANDAlIIJ IS SEUCTED TOR ANY IlANDICM' RAlIP CONSTRUCTION. TB8 CONTlUCf'OR l/UST lUJlOg AND REPLACE TlU CURB AND CU7T8/l TO THE EDCE 0' THE EII:ISTINC CU'ITl/R UP. CITY OF SAN BERNARDINO DI:VELOPII!:IIT SERVICES - PUBUC lrllRKll/ENGINEERIIlG HANDICAP RAMP CONSTRUCTION ON ARDEN ST. SOUTH SIDE DRIVEWAYS OF SAN GORGONlO H.S. PLAN NOT TO SCAlE II I DIlA1IJNG NO. 3 ---, I' I -WL PLAN NOT TO SCALE , , ~ A- I..ERDY ST. -------------------------l /PRlIPOSED He RAMP f!1 I PRtPDSED HC RAMP PROPOSED He RAMP OV ~O ~C ~~ ~~~ ~. 'y~ 4. ~\i ~~ OV~ \i PROPDSED He RAMP ~ ~ ~ ] V'TE.L~v~_ l!il ~I ~I 0:' /r Nor.: ".. ~T/WNS Sf'~ IS S8UCTD HB ANY 1lANDICAP 1U1IP CONSf7lUCf'/DN. 1:1U CONf'BAC'l'01I IIIlBr IWIOQ ~ lIIPua ml CUD AND Cl1fTIR I'll nu "" 0' ml UlSf'tNQ currlR UP. TiT CITY OF SAN BERNARDINO DRAWING DEVELOPllENT SBJMCES PUBUC YORBll/lllGIIlUIlING NO. HANDICAP RAMP CONSTRUCTION ON 4 PARKDALE DR. 1IEST SIDE DIlIYEWAYS OF GOLDEN VALLEY IOIlDLIl SCHOOL 111";'1 I I I. I I M~ VE~NON AVE - ..r t ~ c' ~I '" -'I 5!1 ~I t;;1 ~I I INSERT 24 INCH DEEP ROOT BARRIER ADJACENT TO NEIJ SIDEIJALK PER STD 502-2 ~<\ \i C, ~~ ~~ ~RNER AVE, r NOn: II.. cu.DUIS .rr~ IS UucnD nM UT .u~ IWJII CONSf'IIUCf'ItIN. ,... CONJiUcrM IIUn IIII1t1Q MID ltlru.a flU crJU U. CUf'f'Ilt ,., f7U ,tK:I rw ",. ~S'IfIIG: e&7n7A U/'. , PLAN NOT TO SCALE , + r IZl SIDEIJALK, CURB L GUTTER TO BE REPLACED DRAWING NO. 5 ~o~ S" ~4, 4.\\>~'9~ L ' ROPOSED HC REPLACEMENT BUILDING CITY OF SAN BERNARDINO DEVELOPIIENT SERVICES - PVBLIC 'l'OIlXll/EllGIMEERlNG HANDICAP RAMP. SIDEWALK C & G CONSTRUCTION ON 5TH ST. PARKING LOT RAMP , -I~~ =; Ij ~ --,'~"--~ ,I _~o.-.l .. .. - - .. .. I jj I. " <:.i Ig ~ -=;:.{. -- '", -. - '.'.~'i. ., I ~.- . ~ , -'-.-.j ~ 3 +- I \ ". -1-> ~ ~ -1 q =:.r,~ ..-L : ~ 11 ---=! .; , E ~~. ~.:I i; ~ ! I ; ~-'" I~ 13....; '. ".,d''',., , ........" \' ~~ ~~' a:'~ ~' "'-/. . i=i ~ l:;r. ..'.... j ;.:! " -< -\ :-r... ~,:~. i ............. Ii f= .. . - - .. - .. .. - .' I '1~.'W' 1"', ...... , ,..:' I /( ~ii ,-'J' ::;. ;,I - .... " . ;., ---...". ~ l!J !! " i' rrZ .. ,. :.,.1 :Ie ~I; ~! il - I: _;;: ...,. ~ '~~:.; l:.:'"' ..t:: \; ..tfC-'1~ ~ ;.' "'" J , . .L~s., '-~) ~ ! - - ~. ~ .:-,....~ ;;: ~; ~~ "" "", =:: ",---<(I ~ ); I~ ~ - JK ji I ,,' Sl!.~:i i '" .H H. a ,I' -, ~~ ~~; 11: -- . ~~~ '-"'" ~~ ;:~ ...,,;;: , . I i I i I . , .:;., ~ . i. .1' II!I II : . ~ I .:.: " , ~ ~ i2 , , I . < . . ~ , ~ ~ " " ~ i[; ;:~,::::~~ "".. 'I ~ "'..;-<1 ~ ~:~ IF: I SECTION 8 8-1 DESCRIPTION OF WORK 8-1.01 DESCRIPTION -- The work to be done consists, in general, of mobilization, perfomring clearing and gmbbing, saw cutting existing curbs and sidewalks, removing concrete, performing unclassified excavation and unclassified fill, constmcting Portland Cement Concrete handicap ramps, sidewalk, 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, constmcted 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. 8-1.03 PROJECT LOCA nONS ITEM NO. ROOT I' I CURB & PROJECT LOCA nONS BARRIER SIDEWALK GUTTER (EACH) , (SO. FT.) i (UN. FT.) BASIC BID I ACCESS RA\lPS AT THE NW. S\\' &. SE COR!':ERS OF ARDEi': ST Ai':D PACIFIC AVE I (SAi': GORGONIO HIGH SCHOOL) ORA WI'iG 'iO, 1 ' ACCESS RAMPS AT THE 10 LOCATIO'iS i':OTED O'i ORA \\'I'iG #] WEST SIDE DRIVE\\'AYS OF SA'i GORGO'iIO HIGH SCHOOL , ACCESS RAMPS AT THE 4 LOCATIOJ\S I NOTED O'i DRAWIi':G 113 SOUTH SIDE DRIVEWAYS OF SAN GORGOi':IO HIGH SCHOOL RAMP (SO. FT.) 1. 660 ]. 550 3 2]0 36 I I' I I ITEM I ROOT CURB & , , I , PROJECT LOCATIONS BARRJER SIDEWALK GUTTER i RA~IP ! NO. (EACH) (SO. FT.) (UN. FT) ! (SQ. FT) i 4. ACCESS RAMPS AT THE 5 LOCATIONS I NOTED ON ORA WING #4 WEST SIDE DRIVEWA YS OF GOLDEN V ALLEY MIDDLE SCHOOL AND CROSS WALK 440 5. ACCESS RAMP AND SIDEWALK WITH CURB & GUTTER & ROOT BARRIER AT THE LOCATION NOTED ON DRAWING #5 PARKING LOT AT NE CORNER OF MT. VERNON AVE AND 5TH ST I 50 30 200 6. ACCESS RAMPS AT THE NW, SW AND SE CORNERS OF MT VERNON AVE AND BELLEVIEW ST 660 " ACCESS RAMPS AT THE ALLEY WAY ON ,. THE WEST SIDE OF ARROWHEAD BLVD BETWEEN 6TH AND 7TH STREETS '110 8 ACCESS RAMPS AT THE NE & SW CORNERS OF 15TH ST AND CALIFORNIA ST 440 9. ACCESS RAMPS AT THE NW & SW CORNERS OF MAGNOLIA AVE AND I CALIFORNIA ST 440 10. ACCESS RAMP ATTHE NW CORNER OF 8'" ST AND WESTERN ST 220 II. ACCESS RAMPS AT THE NW & SE CORNERS OF OLIVE ST AND "0" ST 440 12. ACCESS RAMP AT THE NE CORNER OF SPRUCE ST AND PICO AVE 220 13. ACCESS RAMP AT THE NE CORNER OF 7 ST AND PERSHING AVE 220 14. ACCESS RAMP AT THE NE CORNER OF 48 ST AND "H" ST 220 15. ACCESS RAMP AT THE NW CORNER OF 19TH ST AND MEDICAL CENTER DR 220 16. ACCESS RAMP AT THE SW CORNER OF EUREKA ST AND DEL ROSA AVE 220 17. ACCESS RAMP AT THE SW CORNER OF 39TH ST AND GENEVIEVE ST 220 18. ACCESS RAMP AT THE NW CORNER OF CLUSTER ST AND BOYD AVE 220 19. ACCESS RAMP AT THE NE CORNER OF LOMA AVE AND L YNWOOD DR 220 20. ACCESS RAMP AT THE SE CORNER OF PUMALO ST AND DEL ROSA AVE 220 21. ACCESS RAMP AT THE NE CORNER OF BASELINE ST AND BELLE ST 220 I ITEM ROOT CURB & NO. PROJECT LOCATIONS BARRJER SIDEWALK GUTTER RAMP i (EACH) (SQ. FT.) (UN. FT) (SQ. FT.) ADDITIVE BID I. ACCESS RAMPS AT THE 10 LOCATIONS NOTED ON DRAWING NO. 10220 FOR 13TH ST AND "G" ST PER DETAILS A THROUGH J 1 50 30 1,550 I TOTALS 1 SO 30 8,130 37 t. e e e I' 1 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 , ~(Q)~\( RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO INTERNATIONAL PAVEMENT SOLUTIONS, INC. FOR CONSTRUCTION OF ADA ACCESS RAMPS, AND SIDEWALKS AT VARIOUS LOCATIONS, PER PLAN NO. 10436. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. International Pavement Solutions, Inc. is the lowest responsible bidder for construction of ADA access ramps, and sidewalks at various locations, per Plan No. 10436. A contract is awarded accordingly to said bidder in a total amount of $62,200.00 with a contingency amount of $10,000.00 but such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of passage of the resolution. III III - 1 - Lfi(o ./~ 7;/:J;6z e e I I 1 2 3 .. 5 RESOLUTION...AWARDING A CONTRACT TO INTERNATIONAL PAVEMENT SOLUTIONS, INC. FOR CONSTRUCTION OF ADA ACCESS RAMPS, AND SIDEWALKS AT VARIOUS LOCATIONS, PER PLAN NO. 10436. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on 6 the day of , 2002, by the following vote, to wit: 7 8 9 ESTRADA Council Members: AYES NAYS ABSTAIN ABSENT 10 LIEN 11 MC GINNIS 12 13 14 15 ANDERSON DERRY SUAREZ 16 MC CAMMACK 17 18 19 20 Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of .2002. 21 22 23 Approved as to 24 form and legal content: Judith Valles, Mayor City of San Bernardino 25 JAMES F. PENMAN, 26 City Attorney e 27 B{f~ 11.-- 28 - 2 - T~:I Oversized Map Attached to Original Backup 11'''1 -II . CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: July 18, 2002 TO: Mehran Sepehri, Senior Civil Engineer FROM: Michelle Taylor, Senior Secretary RE: Transmitting Documents for Signature - Resolution 2002-236 At the Mayor and Common Council meeting of July 15, 2002, the City of San Bernardino adopted Resolution 2002-236 - Resolution awarding a contract to International Pavement Solutions, Inc., for construction of ADA access ramps and sidewalks at various locations per Plan No. 10436. I am providing you with one certified copy of Resolution 2002-236 and four (4) original bound contracts. Please obtain signatures where indicated and return one fully executed original contract to the City Clerk's office as soon as possible. Please be advised that the resolution and contract will be null and void if not executed within 60 days, or by September 13,2002. If you have any questions, please do not hesitate to contact me at ext. 3206. Thank you. I hereby acknowledge receipt of the above mentioned documents. Signed ~t Date: 7 -/9-0<" Please sign and return. ~. .. . ... ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): I") -I S-().;L I" Resolution # Abstain -?r Item # Vote: A yes 1-') Nays ...e- Change to motion to amend original documents: ;)()c).;l - d)3(, Absent-e:r See Attached:~ Date Returned: lr-~O.-o? See Attached: See Attached: Reso. # On Attachments: L- Contract term: - Note on Resolution of Attachment stored separately: .,::::' Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: 11- \ (,-0 d- Date of Mayor's Signature: 1)-('1 -0:;> Date ofClerklCDC Signature: '1-1"-<::);?- Date Memo/Letter Sent for Signature: f1-I't-o~ 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234,655,92-389): Copies Distributed to: Code Compliance Dev. Services ,/ Police Public Services Water City Attorney Parks & Rec. ./ Notes: /!;(x, n 0 C -0(1'&-1\(;( NullNoid After: (nO OAfS! q -13-6;) By: - Reso. Log Updated: / Seal Impressed: ;/' Yes~ No By Yes No~ By Yes No ,./ By Yes NO~ By Yes No_ By_ EDA Finance"/ MIS Others: m QtIlJt7J C 2' ) BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: -fY'ss-- Date: ')(r.d\'U~ Revised 0 I !I 2/0 I Meeting Date: 07/15/2002 Item 1116 Resolution #2002-236 OR.IGI/0ftL NO. 1.7235 ACCT. NO. 126-369-5504-7235 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 10436 FOR CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS PREPARED BY: APPROVED BY: MAY, 2002 BIDS WILL BE RECEIVED UP TO THE HOUR OF 1 :00 P.M. ON JUNE 18 ,2002 e)eft I B IT \AII SECTION SECTION I 1-1.01 1-1.02 1-1.03 02 236 T ABLE OF CONTENTS TITLE PAGE NUMBERS PART I ADMINISTRA nON COi'iTENTS FOR BID AND CONTRACT DOCUMENTS BID PROPOSAL - NOTICE INVITING BID ii BID FORM VI BASIC BID SCHEDULE vii ADDITIVE BID SCHEDULE Xl SUMMARY OF BID SCHEDULES Xl! BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS XIV DESIGNATION OF SUB-CONTRACTORS XV BID BOND XVI WORKMEN'S COMPENSATION INSURANCE CERTIFICATE XVII NON-CONCLUSION AFFIDAVIT XVlll MBE/WBE INFORMATION - GOOD FAITH EFFORTS xix REFERENCES xxii PART 11 SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS 2 SPECIFICATIONS AND PLANS 2 GENERAL 2 DEFINITIONS 2 STANDARD SPECIFICATIONS 4 02 236 1-104 TAXES 5 ]-105 INTERPRET A TIO!\ OF PLANS A!\D DOCUMENTS 5 1-106 PLANS AND SPEC1F1CA TIOl\S TO BE PROVIDED 5 ]-107 ADDENDA OR BULLETINS 5 SECTION 2 BID BONDS AND MBEIWBE REQUIREMENTS AND CONDITIONS 6 2-101 GENERAL 6 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES 6 2-1.03 MINORITY, WOMAN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS 7 SECTION 3 AWARD AND EXECUTION OF CONTRACT 10 3-101 GENERAL 10 3-102 CONTRACT BONDS 10 3-103 DlSQUALIFICA TION OF BIDDERS 10 3-1.04 AWARD OF CONTRACT 10 3-105 REQUIRED EXAMINATION OF ALL CONTRACT DOCUMENTS 11 3-106 REQUIRED INSPECTION OF THE SITE 12 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, SECTION 4 TIME OF COMPLETION AND LIQUIDATION DAMAGES 13 4-101 GENERAL 13 4-102 WORKING DAYS 13 4-1.03 LIQUIDATED DAMAGES 13 4-1.04 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS 14 4-105 INSPECTION 14 SECTION 5 LEGAL REQUIREMENTS ... 15 5-10] INSURANCE REQUIREMENTS 15 02 236 5-1.02 LIABILITY INSURANCE 15 5-1.03 WORKER'S COMPENSATION INSURANCE 16 5-1.04 PAYMENT OF PREVAILING WAGE RATE 16 5-1.05 PAYROLL RECORDS 17 5-1.06 CONTRACTOR'S LIABILITY 17 5-1.07 ATTOR.l\IEY'S FEES AND ARBITRATION 18 5-108 WITHDRAWAL OF PROPOSALS 18 5-109 IRREGULAR PROPOSALS 18 SAMPLE INSURANCE FORM 19 SAMPLE INSURANCE FORM 20 SECTION 6 GENERAL .,....... 21 6-101 INCREASED OR DECEASED QUANTITIES 21 6-102 SOUND CONTROL REQUIREMENTS 21 6-103 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REQUIREMENTS 22 6-104 PERMITS AND LICENSE 22 6-1.05 EXTRA WORK AND MARKUP 22 6-1.06 HOLlDA YS, WORKING DAYS AND HOURS 23 6-107 PAYMENTS 24 6-108 PROJECT APPEARANCE 24 6-109 DISPOSAL OF EXCESS EXCA V A TED OR REMOVED MA TERlAL 25 6-1.1 0 SURVEYING SERVICE 25 6-1.11 CITY-FURNISHED MATERlALS 25 6-1.12 CLAYTON ACT AND CARTWRIGHT ACT 26 6-1.13 PROJECT ERRORS, OMISSIONS, INCONSISTENCIES, AND/OR DISCREPANCIES 26 6-1.14 EMERGENCY INFORMATION. . 26 6-1.15 MAINTENANCE OF EXISTING IMPROVEMENTS 27 02 2::6 6-1.16 MOBILIZATION 27 6-1.1 7 CONTRACTOR'S SAFETY RESPO~SIBILlTY 28 6-1.18 SAFETY SUPERVISOR AND MEETINGS 29 6-1.1 9 MEETINGS 29 6- 1.20 PAYMENT 30 SECTION 7 UTILITIES ",... ..... 31 7-101 GENERAL 31 7-1.02 CONTRACTOR'S RESPONSIBILITY 34 7-103 UTILITIES NOTIFICATION 34 7-104 UTILITIES INTERFERENCE 35 7-105 BUILDING SYSTEM AND UTILITY COORDINATION 35 7-106 PAYMENT 35 SECTION 8 DESCRIPTION OF WORK 36 8-101 DESCRIPTION 36 8-1.02 CLEAN-UP AND DUST CONTROL 36 8-103 PROJECT LOCATIONS. ............. ............ 36 8-1.04 PRE-BID INQUIRIES 38 SECTION 9 TRAFFIC CONTROL 39 9-1.01 GENERAL 39 9-1.02 TURN RESTRICTIONS 40 9-103 PARKING RESTRICTIONS 40 9-104 TRAFFIC LANES 40 9-105 ACCESS TO ABUTTING PROPERTY AND ROAD AND TRAVEL LANE CLOSURE 41 9-106 PUBLIC CONVENIENCE 41 9-107 FLASHING ARROW SIGNS 41 9-108 PAYMENT 42 02 236 SECTIOl'O 10 MOBILIZATION. . 43 10-1.QJ GENERAL 43 10-1.02 PA YMENT . 43 SECTION II THROUGH SECTION 15 -- BLAl'lK . . . 44 SECTION 16 PORTLAND CEMENT CONCRETE 45 16-1.01 GENERAL 44 16-1.02 PCC ACCESS RAMP 45 16-1.03 PAYMENT 46 16-1.04 CONSTRUCT P.c.c. SIDEWALK 46 16-1.05 PAYMENT 46 16-1.06 CONSTRUCT p.c.c. CURB & GUTTER 46 16-1.07 PAYMENT 46 SECTION 17 THROUGH SECTION 49 -- BLANK 47 SECTION 50 REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT 48 50-1.01 GENERAL 48 50-1.02 PAYMENT 49 CONSTRUCTION LOCATION DRAWINGS 50 STANDARD DRAWINGS 51 AGREEMENT 52 PART I ADMINISTRATION '02 2 ;, & CONTENTS FOR BID AND CONTRACT DOCUMENTS The "Bid and Contract Documents" for this project consists of two (2) Parts as follows: 1. PART I - Administration 2. PART II - Special Provisions The above 2 parts are bound together in one (1) manual titled "Bid and Contract Documents" CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS CITY OF SAN BERNARDINO Contents for Bid and Contract Documents.doc 02 2"6 Engineer's Estimate $ 92.664.00 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids for: CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS in accordance with Special Provision No. 10436 in 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. The unit price must be written in words and also shown in figures. Said bids will be received up to the hour of 2:00 p.m., on Tuesday, June 18 , at which time all of said bids will be publicly opened, and exam- ined and declared in the City Engineer's Conference Room, Third Floor, City Hall. No bid will be received unless it is made on a bid form furnished by the City with the unit price written in words and also shown in figures for each item, and with the total of each item and total of all items filled in. All bids 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 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 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. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in California. 11 02 236 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 Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the City Clerk's Office, and available from the California Department ofIndustrial Relations' Internet web site at http://www.dir.ca.gov. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Contractor may substitute secuntles 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 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. The Contractor shall possess a Class "A" License or Appropriate Speciality License(s) at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 50 percent of the contract price. A Non-mandatory Pre-Bid Meeting will be held on Tuesday, June 11. 2002 , at 2:00 p.m. in the office of the City Engineer, Public Works Division of Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to provide information, to answer questions and inform bidders of III 02 236 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 Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within ~ working days from the date of bid opening. The City reserves the right to take all bids under advisement for a period of 45 days. 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 $ 10.00 for each set if picked up in person. Upon request. the Plan and Special Provisions may be mail for an additional charge of $5.00 per set. If there are any questions regarding this project, please contact the City Engineer's as follows: City Engineer's Office Subject: Construction of Disability Access Ramps at Various Locations (Phase IV) Third Floor San Bernardino City Hall 300 North "D" Street San Bernardino, CA 92418 Attention: Lupe Camacho, Project Manager Tel: (909) 384-5110; Fax: (909) 384-5155; E-mail: camacho_lu@ci.san-bernardino.ca.us IV 02 236 CITY OF SAN BERNARDINO r ' I//'}t' /, ';;" '\./' ...~../_, I / ~;;<. I , i.: -(' . (j'.~J_ I_i. ----.... ?~ , RACHEL CLARK City Clerk NOTICE TO ADVERTISE SPECIFICATION NO: 10436 SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: 5/21/02 & 5/28/02 SECOND PUBLICATION FIVE DAYS LATER SIGNATURE: DATE: v 02 236 BID 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 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS in strict conformity with Plans and Special Provisions No. 10436, of the Public Works Division, Department of Development Services for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2000 Edition. Undersigned proposes and agrees if this bid 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: VI 02 2 " 6 J BASIC BID SCHEDULE PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 1. 660 SF Access Ramps at the Northwest, Southwest and Southeast Comers of Arden Street and Pacific Avenue (San Gorgonio High School, Drawing No.I.at $ J .'$"0 Llrl~.OO ~ttl Dollars & /SF S Cents 2 550 SF Access Ramps at the 10 Locations noted on Drawing #2, West Side Driveways of San Gorgonio High School. at l!\~ Dollars & $ I.SO Cents /SF S 1..\. \2!5.Cll ) 210 SF Access Ramps at the 4 Locations Noted on , \ ",:~ Drawing #3. South Side Driveways of San ,Ii' Gorgonio High School. at c::t'1~ Dollars & $ l.SO -Ai Cents /SF $ \ .lFi,!lO 4. 440 SF Access Ramps at the 5 Locations Noted on Drawing #4. South Side Driveways of Golden Valley Middle School, and Crosswalk. at ~ur:~ Dollars & $ 1. '3l . ~ Cents /SF S ~,~.OO 5. LS Access Ramp. Sidewalk with Curb & Gutter and Root Barrier at the Location Noted on Drav..'ing #5, Parking Lot at the Northeast Comer of Ml. Vernon Avenue and 5lh Street. ut the Lump Sum price 5ho\\'11 in :G~ ~ .....IW"tlCllrt"\((UI1lJrClfOOol ar. & $ Ll.l.\ '3).Q)/LS $1.j.l/56~ No Cents 6 660 SF Access Ramps at the Northwest. Southwest and Southeast Comers ofMt. Vernon Avenue and Belleview Street, at ~!fr~ Dollars & 1.'50 $4,qq),uJ Cents $ /SF Vll 102 236 BASIC BID SCHEDULE PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS DESCRIPTION OF ITEMS AND UNIT PRICE ITEM OUANTlTY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 7. 110 SF Access Ramps at the Alley Way on the West Side of Arrowhead Boulevard between 6th Street and ih Street. at ~~;.'I Dollars & ,.,~ Cents ISF s'liZ'5.lXl ~. 440 SF Access Ramps at the Northeast and Southeast Corners of 15th Street and California Street. at SC~a~ Dollars & Cents S ..,.",0 /SF S 3 I~:n~ 9. 440 SF Access Ramps at the North\vest and Southwest Comers of Magnolia Avenue and California Street. at ~~ Dollars & S I.s:l Cents /SF S "3 .3CO.~ 10. 220 SF Access Ramp at the Northwest Comer of 8th Street and Western Street, at ~+~ Dollars & $ I.SO s h U{:Q.Ul Cents /SF Ii. 440 SF Access Ramps at the Northeast and Southeast Comers of Olive Street and "0" Street. at Cl'Jifu'f Dollars & ..,3) Cents S ISF S '3 ,~n?> 12. 220 SF Access Ramp at the Northeast Comer of Spruce Street and Pico A venue, at ~1 Dollars & l.':lD Cents S ISF $ r.V50~ V1l1 02 236 BASIC BID SCHEDULE PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS DESCRIPTION OF ITEMS AND UNIT PRICE ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS IN FIGURES TOTAL 13. 220 SF Access Ramp at the Northeast Comer of 7th Street and Pershing A venue, at 'Se~~ Dollars & $19) $ \.LB>.Ul Cents ISF 14. 220 SF Access Ramp at the Northeast Comer of 48th Street and "H" Street, at SC~ Dollars & 1.S~ S \ 1l:D'3f.-O Cents $ ISF 15. 220 SF Access Ramp at the Northwest Comer of 19th Street and Medical Center Drive, at ~~i Dollars & $ ,.5~ $ IllP50!ll Cents ISF 16. 220 SF Access Ramp at the Southwest Comer of Eureka Street and Del Rosa A venue, at se~ Dollars & $ I.S:> $ \ \l.05Clfil Cents ISF 17. 220 SF Access Ramp at the Southwest Comer of 39th Street and Genevieve Street, at 2U~ Dollars & 1,'50 IIIP5Lf-'L Cents $ ISF $ 18. 220 SF Access Ramp at the Northwest Comer of Cluster Street and Boyd A venue, at ~l~ Dollars & l,~ Cents $ ISF $ IdtS)oL 19. 220 SF Access Ramp at the Northeast Corner of Lorna Avenue and Lynwood Drive, at ~II~ Dollars & 1<;1) $ \\U€D~ Y Cents $ ISF IX '02 2~6 BASIC BID SClIEDULE PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS DESCRIPTION OF ITEMS AND ITEM OUANTITY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 21 220 SF Access Ramp at the Northeast Comer of Baseline Street and Belle Street, at q$1 Dollars & Cents $ ...,."::P iSF S I~.UJ TOTAL OF BASIC BID SCHEDULE $ <5U,l!ED~ NOTE: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID PROPOSAL section as their bid to the City. Failure to do so will result in bid being non-responsive. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents. x 02 2"6 ADDITIVE ALTERNATIVE BID SCHEDULE PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS DESCRIPTION OF ITEMS AND ITEM OUANTlTY UNIT UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL 1. 1500 SF Access Ramps at the 10 Locations Noted on Dra\Vin~ No. 10220 per Details A through J. at ~t:~ Dollars & ~~ Cents -, .,0 S I. !SF s \\,'55().UI. TOTAL OF ADDITIVE ALTERNATIVE BID SCHEDULE $ II 5S).r;s;. NOTE: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Additive Bid Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures. Total additive bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID PROPOSAL section as their bid to the City. Failure to do so will result in bid being non-responsIve. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents. Xl 02 236 SUMMAY OF BID SCHEDULES PLAN NO. 10436 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT VARIOUS LOCATIONS TOTAL BASIC BID SCHEDULE ...................................... $ '5o,~p.;l TOTAL ADDITIVE ALTERNATIVE BID SCHEDULE ........ $ I\.~.W. GRAND TOTAL - TOTAL BASIC BID SCHEDULE PLUS TOTAL ADDITIVE ALTERNATIVE BID SCHEDULE $ LP" 2.n""JA2- NOTE: The City will award a contract to the lowest responsible bidder for the Grand Total - Total Basic Bid Schedule plus the Total Additive Alternative Bid Schedule, and reserves the right to delete the Additive Alternative Bid from the project. The bidder must bid for all Bid Schedules (Basic Bid and Additive Alternative Bid). The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Additive Bid Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures. Total additive bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID PROPOSAL section as their bid to the City. Failure to do so will result in bid being non-responsIve. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents. Xll 02 236 It is the understanding of the undersigned that the work hereinabove described shall be conunenced within 10 working days from the date of the "Notice to Proceed", and shall be completed within 20 working days from the date of said notice, as directed in these Special Provisions. 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 bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, LICENSE NO.: 17CfZZlP EXPIRATION CLASSIFICATlON~ DATE: J1j&Jnz. FIRM NAME: TrW'mnt\fl\n\ "rJlrm~rn '5i'\\I.rt\rf\:'.>. TN. BUSINESS ADDRESS: l'nh)l VJ.5'is ~ fx'(fV1icl'inr. C.A gZQZ3-o-IS'1\ BUSINESS PHONE: C;~-~q-2.I()1 CELL PHONE: qr:pr 2lJ8--?'/~_ SIGNATURE OF BIDDER: O~ C ~ If an individual, so state. If a finn or co-partnership, state the finn name and give the names of all individuals, co-partners composing the finn. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer and manager thereof. NAME ADDRESS Tn\f..IYlIIoNlI ~X"tnentSn".tt'vn....,1:ty:>. 'R) Bo1. V:ASY<I ~f\ &rrt'lfdiev"CA QZLl23 ~{\is C. ~~et" 'Pf6ll'1A*rr<<(l':''U~ L\z.qz<; Collf I\')c.n\ecellc, 1PmKlJh. l'J'rn-w r. f,:lf1v Vin~~dMlSro'cta!\j 1~'3~ G\c1\Jif Slr ~tdlO(,{;\" Is Bidder currently a certified DBE? Yes ::: No)(J Dated: .1.1{\( 1/ , 2002 Xlll 02 236 BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS ADDENDUM NO.1 l'ble. DATE: ADDENDUM NO.2 DATE: ADDENDUM NO.3 DATE: ADDENDUM NO.4 DATE: ADDENDUM NO.5 DATE: ADDENDUM NO.6 DATE: ADDENDUM NO.7 DATE: ADDENDUM NO.8 DATE: ADDENDUM NO.9 DATE: ADDENDUM NO. 10 DATE: ADDENDUM NO. 11 DATE: ADDENDUM NO. 12 DATE: XIV 02 236 -rnlf(~\ 'Y11 ~ tl\f'n\- c:;:n\t\1rn::., -me. BIDDERS FIRM NAME DESIGNATION OF SUB-CONTRACTORS In compliance with the provisions of Section 4100-4110 of California Public 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. Name & Address Under Which Licensed Agency & No. of MBE/WBE CERT. (If Applicable) Sub-Contractor's Phone-No. Sub-Contract Amount Work to Be Performed 1. $ 2. $ 3. $ 4. $ 5. $ IF ADDITIONAL SPACE IS REQUIRED, PLEASE DUPLICATE TillS SHEET DO NOT WRITE ON THE BACK xv 02 236 WORKMEN'S COMPENSATION INSURANCE CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code requiring every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with provisions of that code, and I will comply with such provisions before commencing the performance ofthe work of this contract. Contractor: NAME OF FIRM::fn\f(tY'rli(rO\ '\>blJt'.I'l'lffi\-~'Ufn6Jft.. BY:~C~ ~,,\s C.~,~ TITLE: CW"n'Oel\-\- DATE: .'11 1M Il,Zt1J2... XVII 02 236 (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 Division of Public Works, Department of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: IPf'I<\\S C~\~ ' That he or she is of the party making the foregoing bid, that t bid is not make in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; communication, or conference with anyone to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract on anyone interested in the proposed contract; or take ny action in restraint of free competitive bidding in connection with such contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. /2~ C ~ ~ri\" r{l:'~1I 'Wt'S~ Signature of Bidder 'P~~~~ino rAc~tlZ3 Business Address 'i?ffi.l'CUIO. Cj),. Place of Residence Subscribed and sworn to before me this /7/1t day of (~. ,2002. ublic in and for the County of ~ p~/)tctd/~ 7/a//02--- i~' - - - - - - - - ~ - . .c.... 8JAS RJOS JR. ~ t.., -.. :0: .' "r:"'S '. CommlSSlon If 1188891 ~ '~'i'~~'.." NOlaryPublic-Cali'-'- ~ ~ -..~. ,~'..... ,.. ~ San Bernardino Counly - . _ _ _ ~Carm.&piesJU'31'2002f -------.- My Commission expires on Year xviii 06/17/2002 MeN 14:31 FAX 909 794 7098 IPS INC -H-i Beall Ins. 1i!I003 02 236 BID BOND FOR CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEW ALK (PHASE IV) AT VARIOUS LOCATIONS The amount of the Bid Bond shall be equal to an amount not less than ten percent (10%) of the Total Bid International KNOW ALL MEN BY THESE PRESENT thatPavement Solutinn.. Tnr . as CONTRACTOR and Colonial American Casual tv and SUTety Cnmp"ny. as SURET:(. are. held and firmly bound unto the City of SAN BERNARDINO, io the penal " Ne.Leve 'Thousa"nd II $ h' h' 10 sum of Fivp "RnnilTPd ~nd nn/nn do ars ( 12,500.00. W Ie IS percent of the total amount bid bv BIDDER to the Citv of SAN BERNARDINO for the above stated project. for the pay~el1t of which sum, B'IDDER and SURETY agree to be bound. jointly and severally, firm by these presents. THE CONDITIONS OF TIllS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of SAN BERNARDINO for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void. otherwise it sball remain in full force and effect in favor of the City of SAN BERNARDINO. IN WITNESS WHEREOF the parties hereto have set their names. titles, bands. and seals tbis 17t:hdayof June .20 l!.2 CONTRACTOR' PH #: (909) 79&-2101 SURETY' 792-2345 Surety Company Rating if/fa Is the bond surety company listed in the latest version of U.S. Department of Treasury Circular 570 and is autborized to issue bonds in California? X Yes No 'Provide CONTRACTOR/SURETY name. address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to [his ~day of Tllnp .2002 NOTARY PUBLIC The Contractor could substitute it's OWI1 Bid Bond form wbich must include as minimum above information. xvi 02 236 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and J. G. HAMIL TON, Assistant Secretary. in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effe~t on ~te here,of, does hereby nominate, constitute and appoint Richard Alien BEALL and Karen Jean BJORNEST A . 6f Redl'!A~California, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and de..\i.~~ ' and on i~ ~as surety, and as its act and deed: any and all bonds and undertakings, each in a penaltrillt Yo exceed~e;;sum of SIX MILLION DOLLARS (S 6,000,000) and the execution of such bonds or undertal9~'Yr1 pursua~~'lhese presents, shall be as binding upon said Company, as fully and amply, to all intents an~~&;es, as if~~rnad been duly executed and acknowledged by the regularly elected officers of the Company at4"@'~e in Balt~~, Md.. in their own proper persons. The said Assistant Secretary does her~rtll'y that tJ:\,\~;jd~et forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Co~:\nY; and is n?","~ce. IN WITNESS WHEREOF, the said Vi~~~dent and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the saicL,,~L'0NIAL AMERICAN CASUALTY AND SURETY COMPANY, this 7th day of September, A.D. 2001. 0'0 V ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~:h~ By: Assistant Secretary ~ 1. G. Hamilton Paul C. Rogers Vice President State of Maryland } . County of Harford ss. On this 7th day of September, AD. 200 I, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMIL TON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,;o me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution ofthe same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~~. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 POA-F 186-0016 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT ~.ij'g:if-<x~&<:g:-<X::-<Xif-<X&<:~if<<<'.Q'-<X'(;<>iX,.q::<<.q::.c<'===<X:'~g:~-<Xifif~- - ~ ~ ~ ~ ~ ~ @ i i ~ ~ ~ I ~ ~ ~ ~ g: i ~ ~ i ~ ~ ~ ~ C Other:.. ' ~ Signer Is Aepresenting~Or1lr~~ /~1.tvl e/iL:'C l~\'Sl\.~~ f),JJ., ~t\J( ~ ~x;.<:;<<~,<%<<~'<Xx;.<:;<<'<X~~~-k";Q;~~:;C"''%",^^~==~~~~<X~~~ . iO 1999 National Notary Association' 93S0 De Solo Ave.. PO, Box 2402 ~t~W:rth. CA 91 313.2402' wwwnahonalnolary,org Prod No 5907 Reorder: Call Toll-Flee HlOO.676-6827 02 236 State ot California County of ~l \ !hf'V J1:A L (I II; D } ss On personally appeared )(personally known to me uf ;:,cll;~rc1",lv'f ~; pr/"'lllt"icj \8 1.,,-, V" lIrv Da.;:.;;:. ellidaAee' ~ S'TB'IWlIE DICIONICII _ ~...' ....13131t7 i' NcDy NIIIc - c:.Iran* 8M 8emardlna Caunlr Mr Canm. EoIpi8a ~ 11,2IlIIII to be the person(~ whose name(s1 is/are subscribed to the within instrument and acknowledged to me that fte/she/1t1ey executed the same in hislherltheir authorized capacity(iesj, and that by I>ieIhefillleir signature(sj on the instrument the persorT(S)', or the entity upon behalf of which the person(st act ,executed the instrument. OPTIONAL 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 Description of Attached D~ument 0 ' Title or Type of Document: ,\ (l ,6Jt~ Ju,n f \ '1, 9D 0 0- , _No OH1~Y Number of Pages: (\, ) 1 J v1 e.v Document Date: Signer(s) Other Than Named Above: Capacity(ies) Clai Signer's Name: . Topo! lhumbhere '= Individual u Corporate Officer - Title(s): L Partner - .C LimitedC General ~ Attorney.in-Fact [J Trustee L Guardian or Conservator _ ___ ________.._.. .~.'~"_~-'" M'~_.,.w__......__..__"~_________ H__"_"__"'_"'_~-____'__' ,,~, ,,----... ,.-,~-. W__,."_..-_' PART II SPECIAL PROVISIONS 02 236 SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION I SPECIFICA nONS AND PLANS 1-1.01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, 2002 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 Specifications the following terms are used, they shall be understood to mean and refer to the following: Al!encv The City of San Bernardino. Board The Mayor and Common Council for the City of San Bernardino. City Enl!ineer The City Engineer, Division of Public Works, Department of Development Services for the City of San Bernardino. Laboratory The laboratory to be designated by the City of San Bernardino to test materials and worked involved in the contract. Office of the District - Whenever, in the Standard Specifications, reference is made to the office of the District or the District's office, such references shall be deemed made to the City of San Bernardino's Development Services Department office, located in the City of San 2 02 236 Bernardino's Development Services Department. The City of San Bernardino's Development Services Department mailing address is: City of San Bernardino Development Services Department 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Office or Office of Structures Desig:n - Office of the City of San Bernardino's Development Services Department Resident Eng:ineer - Or Eng:ineer The Resident Engineer is the City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California, or the designated representative of the City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California. State Hig:hwav Eng:ineer - The City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California. Transportation Building: - Sacramento - The City of San Bernardino's Development Services Department's Office. Notice Advertising: for Bids - Notice Inviting Bids. Standard Specifications - Standard Specifications for Public Works Construction. 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. 3 02 236 1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the Agency are contained in the most current edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. The Standard Specifications set forth above will control the general provisions for this Contract except as amended by the Plans, Special Provisions, or other contract documents. Only those Sections requiring amendment or elaboration or specifying options are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (July, 1992) of the State of California, Department of Transportation. References in the Special Provisions to Standard Plans shall mean the Standard Plans for the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix A of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place, that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment, and incidentals and do all the work involved in executing the Contract. Plans and specifications must conform to the requirements of the City of San Bernardino, American Concrete Institute (ACI), Uniform Building Code (UBC), Caltrans Standard Specifications, these Special Provisions and the Standard Specifications for Public Works Construction (green book) latest edition. 4 02 236 1-1.04 TAXES -- No mention shall be made in the proposal of Sales Tax, Use Tax, or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS -- If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the services to be performed, they may submit a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed, faxed, or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any explanation or interpretation of the proposed documents. 1-1.06 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The City will provide the Contractor with five (5) sets of Plans and Specifications at no cost after the Award of Contract. The Contractor shall obtain all additional sets at its own cost. 1-1.07 ADDENDA OR BULLETINS n All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each Bidder shall be fully responsible for informing themselves as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in a bid any such addenda issued may render the bid irregular and may result in its rejection by the City. 5 02 236 SECTION 2 2-1 BID BONDS AND MBE/WBE REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL n Bids must submitted on the bid form contained herein. All bids 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, and/or fails to file the necessary bonds and insurance certificate within ten (10) working days after the date of the City's Notice of Award, the Bidder shall forfeit to the City the bid bonds. By not executing the 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 bid guarantee of 10% of the bid shall be paid to the City as forfeiture. Bid bonds shall be underwritten by a surety company having a rating Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in California. Any proposal not accompanied by such bid bonds will not be considered. 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 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 -10- % 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. 6 02 236 2-1.03 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 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' good faith efforts to reach-out to MBEs, WBEs and all other business enterprises shall be determined by the following factors: (I) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the City to inform all bidders of the requirements for the project for which the contract will be awarded. The City may waive this requirement if the bidder certifies it is informed as to those project requirements. (2) The bidder identified and selected specific items ofthe 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 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 advertised for bids from interested business enterprises not less than ten calendar days prior to the submission of bids, 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 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 bids were required to be submitted. In all instances, the bidder must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be performed. The Mayor's Affirmative Action Office shall be available to help identify interested MBEs, WBEs and other business enterprises. 7 02 236 (5) The bidder 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 provided interested enterprises with information about the Plans, Specifications and requirements for the selected sub-contracting work. (7) The bidder 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. (8) The bidder negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids prepared by any enterprises, as determined by the City. As documentation the bidder 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 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. A determination of the adequacy of a bidders' 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 proposed bidder because the bidder 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 the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In no case should the City award away pursuant to this program if the bidder makes a good faith effort but fails to meet the expected levels of participation. 8 02 236 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 in accord with Charter Sections 140 and 238 or Chapter 3.04 of the San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all City Departments shall modify their implementation programs to the extent such programs are inconsistent with this policy. 9 02 236 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 first or second regular meeting following the 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% ofthe bid to the City as liquidated damages. 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. The contract bonds, including payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten by a surety company having Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in California. 3-1.03 DISOUALIFICATION OF BIDDERS -- In the event that any Bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal proposal as a prime contractor. No contract will be executed unless the Bidder is licensed in accordance with the provisions ofthe State Business and Professions Code. Contractor shall fill out, complete and follow all the specification requirements. 3-1.04 AWARD OF CONTRACT -- Following a review of the bids, the City shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the City. Additionally, the City reserves the right to reject any or all proposals, to accept 10 02 236 any bid or portion thereof, to waive any irregularity and to take the bids under advisement for the period of time stated in the legal notice inviting sealed bids as may be required to provide for the best interest of the City. The Contractor's original signature on the Bid Proposal form shall constitute a commitment on the part of the Bidder to furnish the items as set forth in the Bid Proposal Form, the Instructions to Bidders, the Plans, the Special Provisions and the Notice Inviting Sealed Bids. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the City Council. The Notice Inviting Bids, the Instructions to Bidders, the Bid Proposal Form, the Plans, Special Provisions and Standard Specifications, Addendum, together with any attachments, shall be considered as part of the contract between the City and the Contractor to whom a Purchase Order is issued. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.05 REQUIRED EXAMINATION OF ALL CONTRACT DOCU- MENTS A. Before submitting a Proposal, each Bidder shall thoroughly examine and be familiar with the Specifications, Plans, and addenda, or any other Contract Documents. The submission of a Bid shall constitute an acknowledgement upon which the City may rely that the Bidder has thoroughly examined and is familiar with all the Contract Documents. B. The failure or neglect of a Bidder to receive or examine any of the Contract Documents shall in no way relieve that Bidder from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract Documents. C. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such the Bidder might have fully informed himself prior to the bidding. D. No Bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. 11 02 236 3-1.06 REOUIRED INSPECTION OF THE SITE -- A. Bidders are required to inspect the site of the work to satisfy themselves by personal examination, or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions, including subsurface, of, and at, the site of the work. B. If, during the course of examination, a Bidder finds facts or conditions that appear to be in conflict with the letter or spirit of the bidding documents, the Bidder shall notify the Engineer immediately. C. Submission of a Bid by the Bidder shall constitute conclusive evidence that, if awarded the Contract, it has relied and is relying on its own examination of the following: 1. The site of the work. 2. Access to the site. 3. All other data and matter requisite to the fulfillment of the work. 4. The Bidder's own knowledge of existing facilities on and in the vicinity of the site of the work under the Contract. 5. The conditions to be encountered. 6. The character, quality, scope and complexity of the proposed work. 7. The quality and quantity of the materials to be furnished. 8. The requirements of the Specifications, Plans, any addenda, or any other Contract Documents. D. The information provided by the City is not intended to be a substitute for, or a supplement to, the independent verification by the Bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the Bidder. 12 02 236 SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK TIME OF COMPLETION AND LlOUIDATION DAMAGES 4-1.01 GENERAL -- 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 Specifications and these Special Provisions. 4-1.02 WORKING DAYS -- The Contractor shall diligently prosecute the work to completion before the expiration of 20 WORKING DAYS from the date of the "NOTICE TO PROCEED". 4-1.03 LlOUIDA TED DAMAGES -- The Contractor shall pay to the City of San Bernardino the sum of $500.00 per day for each calendar day's delay in finishing the work in excess of the number of working days prescribed above. In case all the work called for is not completed in all parts and requirements within the time specified, the City shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the City. The Contractor will not be assessed with liquidated damages during the delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of Contractors or Subcontractors, epidemics, quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors due to such causes provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the City, in writing, of the cause of the delay. The City will ascertain the facts and the extent of the delay, and the findings thereon shall be final and conclusive. The Contractor's proposed Construction Schedule shall be submitted to the Engineer within ten (10) working days after the date of the Notice of Award of the Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph. 13 02 236 4-1.04 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS __ The Contractor shall submit periodic Progress Reports to the Engineer by the tenth of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. Delete Section 6-7.3 Contract Time Accountinf!. The Engineer or hislher designee will make a daily determination of each working day to be charged against the contract time. Per contract written request, the Engineer will provide working and non-working days to the Contractor. 4-1.05 INSPECTION -- The contractor is responsible to notify the Public Works/Engineering Division 48 hours prior to start of any work. Any work performed without inspection by the City is subject to rejection and removal of work performed, and at contractor expense, the work will have to be reconstructed. At the inspector's request and the contractor's expense, any pipes less than 24" must be inspected by camera for joint grouting and any other inspection. For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS, WORKING DAYS AND HOURS". 14 02 236 SECTION 5 5-1 LEGAL REQUIREMENTS 5-1.01 INSURANCE REQUIREMENTS -- Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The Contractor shall indemnify and save harmless the City of San Bernardino, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages arising from the prosecution of the contract work, as more fully described in Subsection 5-1.06, "Contractor's Liability". The Contractor agrees to protect, defend and indemnify the City of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgements and causes of action caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at its option, may include such coverage under Public Liability coverage. 5-1.02 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 prior to execution of the contract. All of the Insurance Policy shall name the City of San Bernardino as additionally insured. The endorsement shall be provided by/or agent ofthe insurance company and shall be notarized to that affect. ACCQRD Forms are not acceptable nor forms signed by the broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample forms.) 15 02 236 Contractor shall maintain minimum limits of insurance no less than: 1. General Liability: $1,000,000.00 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Products/Completed: $1,000,000.00 3. Automobile Liability: $1,000,000.00 per accident for bodily injury and property damage. 4. Employer's Liability: $1,000,000.00 per accident for bodily injury or disease. 5. Course of Construction: Completed value of the project. A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000.00) shall be considered equivalent to the said required minimum limits set forth hereinabove. 5-1.03 WORKER'S COMPENSATION INSURANCE -- The Con- tractor's attention is directed to Section 7-4, "Worker's Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed certification Certificate of Worker's Compensation Insurance before execution of the contract. 5-1.04 PAYMENT OF PREY AILING 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. 16 02 2?,6 5-1.05 PAYROLL RECORDS -- The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats.l978, 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: (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. 5-1.06 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor, the City Councilor the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects, obstructions, or any time before its completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor, the City Council and the Engineer from all suits or 17 02 236 actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. 5-1.07 ATTORNEY'S FEES AND ARBITRATION -- 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 attorney 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 attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.08 WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the City's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the Bidder to submit a new proposal, providing there is time to do so. proposals may not be withdrawn after said bid opening hour without forfeiture of the bidder's proposal guarantee. 5-1.09 IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. 18 A CNA-,RANSCONTINETAL COMMERCIAL ASSOCIATES I~S, IN: 1226 EAST LA PAL~A AVE ANAHEIM, CA 92807 (714) 524-4949 FAX: 524-4940 ~CERtIFicAtE~bF INSURiNCE'~ ~{,\J%t:~,~ ,~~;,;~t:2;::~:';'::{~k,; . "ATlI.IIITYIDD' _. ". ,. ......_,,,.. "'. "," ........,__ '.4-'''''' ~. _ -..'..h-. r.... _",< ,_.,...,;l""'l>''''~'''''''h''''^' 0 2/15 /98 _;_.:,2:-~~~~~';;f~-/~~ -.'~::' - /.~..--~-;<~;\ :;.;.~:'. ~_.~'":;:~~ ~~:::~~/-~~:,~t ~'~,r:;1~- ::~':;'=~~'7:'-:,~",I~~.z::d::i.:-~~~-: . THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE o COMPANY ~" ACORD @ '::..... .'. ~1-~::'..:-i~.~-.'""''';' : PRODUCER INSURED '{OUIZ. CDM~N'( ~LV.e:. I-NLkUB LhUB3C^P::UJ J:K:/::r:C J e 8 (3 CALlrGFUrr:'. J:-R=r:: JMI BIJRIL'\IlDI!JO I C}.... 921:"7 COMPANY B CNA-V.".L:"EY FORGE COMPANY C CH',.:"33 GROU?-FEDERAL INSURANCE COMPANY o ~ , '- . COVERAGES~':-;.t--'~~'~"J,::-.:,,;:;-,~">;i-::.;-' ,~', ,'... '-':-~-- ."' ,- "-'-"( ,. ~::..,,::.:'...t.!..&':.~1'::' '..,.~ THIS 15 TO CERTIFY THAT THE POliCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEO TO THE INSUREO NAMED ABOVE FOR THE POliCY PERIOD INDICATED. NOTWTHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT ...,TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED DR MAY PERTAIN. THE INSURANCE AFFOROED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AlL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOINN MAY HAVE BEEN REOUCED BY PAID CLAIMS CO TV"E OF INSURANCE ..OLICY NUMBER POLlCY EFFECTIVE POLICY EXPIRATION LIMITS LT. DATE {MMrrYIDD} DATE \MMN"ODOt GENERAL LIABILITY GENERAL AGGREGATE .2,000; 000 I'RODUCTS-CO....tO, AGG .1,000,000 X COMMERCIAL GENERAL LIABILITY A CLAIMS MADE [K] OCCUR PERSONAL I. ADV INJURY .1. 000, 000 :'022:"""':--::- :2/::/98 c::: :'::. 193 EACH OCCURENCE. .1,000,000 X OWNER'S I. CONTRACTOR'S ..ROT FIRE DAMAGE lA"., on. fir'l . 50,000 M,d ,.p IAn., on. p'...ont . 5,000 AUTOMOBILE LIABILITY COM8'NED SINGLE LIMIT .1,000,000 ANY AUTO ALL OWNED AUTOS BODILY INJUTY X {".r~...onl B X SCHEDULED AUTOS X HIRED AUTOS BOOIL V INJURV X NON~ED AUTOS BAF 5:'3-:33 C2/01/98 IP.raccid.ntl C2/C:'/93 PROI'ERTY ACCIDENT GARAGE LIABILITY AUTO ONL V-u' ACCIDENT ANY AUTO EXCESS LIABILITY . UMBRELLA FORM . OTHER THAN U".RELLA FO'lM . WOIIIKERS COM'ENSA 110N AND E.I'LOYER'S L1ABlUTY r:ft/r;l/'" S 07./61/~ EL lEACH ACCIDENT II 000 000 THE ""OI'IIIIE1O'" W ~ 'f,.X)<<l0( I'ARTNERSIEIECUl1VE INCL EL etSIEASE. I'OLley LIMIT . 006 OFFICERS ARE: EXCL EL DISEASE. lEA EMPLOYEE . OTHER DESCRIPTION OF OPERATlONSlLOCAnONSlVEHICLESlSPECIAL ITEMS JOB LOCATION: ALL CALIFORNIA C?~R;::ONS OF T~~ K~,~~ :~:Sc?~J RE: AD 2000. CONTRACT 9898 BELOW NAMES AS ADDITIONAL INScR~~ w::~ RESPECTS Te G~NE~.~ L:ABILITY !<ERnFICAT!'.HOLD~),~:: ;.~~;\,:;;" . . -........"... '._..:~'. ~.-!.~ ~C~!+"J10I!, ~<~~'~.::f:..::~''';~;,:_:,:._~:..I/;;~~ ~~.i- THE CITY OF SAN BERKARC:NC DEPARTMENT OF DEVELap~SN: ss;~::ss PUBLIC WORKS DIVISION 300 NORTH "D" STREET SAN BERNARDINO, CA 924:8-~G:: SHOUL.D ANY OF TME AeOVE DESCRIBED POLICIES BE CANCEl-lED BEFORE 1lIE EXPIRATION CATE THEREOF THE ISSUING COMPANY WILL .; 1 f- M' ...... !!. CAYS WRITTEN NOTICE TO THE CERT1FICA.TE HOLDER NAMES TO THE LEFT. .".,. ~." ",.,.,. T';( ..." r-. ,"" ~"''''''"'i [....., , .....")~P" ~'~ ".., '........0.. ...... ............. 9" ~~.v """l(' ,,,,,,.,.,., r ,:,Qun..,v '''''1' ..":'.......1: Q'" ......ft.............~......4Ii,. .UT;;r~.~E~~ - ., I ,~:. ( .- ... .. "" ~ A. c;PRD 25-S (1/95) ''',''~.,::c''''T.'; ... ~ "'" .'_..' - .... .; - "'.- ,;:..... -,.'-""....... ~,.~..;~ ;;~~~ . ~::;...::~..~.-:-'::?i.'t~1J'{)~;::~:r:~;~;;.::i~~ '~~~~~fq~ 19 COMMERCIAL GENERAL LIABILITY 02 236 NAMED INSURED.: POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED ------ OWNERS, LESSES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES/PUBLIC WORKS 300 NORTH "0" STREET SAN BERNARDINO, CA 92418-0001 SAMPLE ONLY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. NOTE MUST BE SIGEND BY AUTHORIZED REPRESENTATIVE FOR PROVIDER. ALSO SUPPLY POWER OF ATTOR....EY G/VIN RORITY TO BIND \\ CG 20 10 II 85 f ~\\ ~""~ ~r . ~ ~\"}~ tf ~~ ~ ~.,. ~~N\Q /JOl ~folAJ l'y~ J ,'y (j Authorized Representative for CNA Insurance Group Golden Eagle Insurance Company 20 02 236 SECTION 6 6-1 GENERAL 6-1.01 INCREASED OR DECREASED QUANTITIES -- If the total pay quantity of any item of work subject to the provisions in Section 3-2.2.1, "Contract Unit Prices" ,"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. 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 that $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 performance of75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOUND CONTROL REQUIREMENTS -- Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. 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 21 02 236 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. 6-1.03 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REOUIREMENTS -- The Contractor shall comply with all the NPDES requirements pursuant to the State Water Resources Board and to the Caltrans Storm Water Quality handbooks to prevent pollutant sources affecting the quality of storm discharge from the construction site, both during construction and after construction completion. This information is available for review at the City Engineer's office, Third Floor, San Bernardino City Hall, 300 North "D" Street, San Bernardino, CA 92418. Only clean water is allowed to drain into the storm drain system. 6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City Business Registration prior to the execution of the contract. Prior to the commencement of work, the Contractor shall obtain a construction permit at no cost from the City of San Bernardino, Public Works Division, Engineering Section, located at San Bernardino City Hall, 300 North "D" Street, 3rd Floor, San Bernardino, CA 92418. The permit shall be kept in a readily available place on the job site at all times during construction. While no fee will be charged for the permit, no permit will be issued unless the Contractor provides a code reference number from USA. Contractor shall obtain all required permits from all other City of San Bernardino Departments/divisions and/or agencies including, but not limited to, Building Division, Public Services - Sewer, Water, County Flood Control, Railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and Specifications. These fees and permits shall include water and sewer hook-up, meter, inspection and flagging fees. Contractor shall obtain a City of San Bernardino Business License at his/her own expense. 6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. 22 02 236 A. Work bv Contractor The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Material 15 3) Equipment Rental 15 4) Other items and Expenditures 15 To the sum of the costs and markups provided for in this subjection, compensation for bonding shall be at the rate specified by the bonding company. B. Work bv Subcontractor When all or any part of the extra work is performed by a Subcontractor, the markup established above shall be applied to the Subcontractor's actual cost of such work, also a markup of 10 percent on the first $5,000.00 of the subcontracted portion ofthe extra work and a markup of 5 percent on work added in excess of $5,000.00 of the subcontracted portion of the extra work may be added by the Contractor. 6-1.06 HOLlDA YS, WORKING DAYS AND HOURS The Contractor's activities shall be confined to the hours between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays, as defined in this section. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. No traveled lane shall be closed during rush hour, (7:00 a.m. to 8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer. The Contractor shall coordinate with the Engineer regarding working hours prior to start of construction. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. 23 02 236 In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The Contractor will coordinate inspections with the Public Works Inspector 48 hours prior to any work being done during evenings or Saturdays. Designated legal Holidays are: January I '\ the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day and the Friday following, December 25th and the working day preceding or following (as directed by the Mayor and Common Council) and the last working day of the year. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be designated a legal holiday. 6-1.07 PAYMENTS -- Attention is directed to Section 9-3, "Payments", 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 Engineer prior to the release of final payment and/or bonds. 6-1.08 PROJECT APPEARANCE -- The contractor shall maintain a neat appearance to the work including use of street sweeping. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly unless otherwise specified. 24 02 236 6-1.09 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. 6-1.10 SURVEYING SERVICE -- Surveying and/or contract staking shall be done per Section 2-9.2 of The Green Book and the Special Provisions. City crew will perform surveying and/or contract staking. A registered Civil Engineer or Land Surveyor at the Contractor's expense shall perform any surveying or staking damaged by Contractor. The Contractor shall submit to the City a copy of all survey notes and a Certificate of line and grade. All existing monumentation, which may be destroyed or covered by the proposed work, shall be referenced prior to construction; and Comer Records shall be filed, pre and post construction, in accordance with Section 8771 of the Business and Professions Code (AB 1414). Final monumentation of alignments and new R/W lines shall be performed in accordance with the State of California Surveys Manual (latest Edition); Record of Surveys, or In-Lieu Maps, as applicable, shall be prepared and filed. One reproducible (mylar) copy of all filed maps, and one photocopy of all filed Comer Records or Records of Survey, shall be delivered to the City within 30 days of such filings. 6-1.11 CITY-FURNISHED MATERIALS -- A. Materials, if furnished by the City, will be made available as specified in these Specifications. The Contractor is responsible for loading, unloading, hauling and handling, and placing City- furnished materials. B. The Contractor shall inspect and assure itself of the amount and soundness of such materials. C. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. City-furnished materials lost or damaged from any cause 25 02 236 whatsoever shall be replaced by the Contractor. The Contractor will be liable to the City for the cost of replacing City-furnished material and such costs may be deducted from any monies due or to become due the Contractor. 6-1.12 CLAYTON ACT AND CARTWRIGHT ACT -- Section 4551 of the State Government Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (IS D.S.C. Sec. IS) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgement by the parties. 6-1.13 PROJECT ERRORS. OMISSIONS. INCONSISTENCIES. AND/OR DlSCREP ANCIES -- In the event of errors, omissions, inconsistencies, and/or discrepancies among two or more portions of the Contract Documents, the Engineer may direct the Contractor to follow the most stringent requirements at no additional cost. If errors, OIll1SSlOn, inconsistencies, and/or discrepancies appear in the Contract Documents or in the work done by others affecting this work, the Contractor shall immediately notify the Engineer prior to proceeding with the work, and the Engineer shall issue appropriate instructions. If the Contractor proceeds with the work so affected, without instructions from the Engineer, the Contractor shall remove the incorrect work or make the necessary corrections to comply with the Engineer's instructions at no cost to the City of San Bernardino. In case of conflicts, errors, omissions, inconsistencies, and/or discrepancies on the plan sheets, it is assumed that the bid included the cost for implementing and/or constructing the discrepancy that would have the highest dollar value. 6-1.14 EMERGENCY INFORMATION -- The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, which can be reached and will respond to calls 24 hours/day, shall be filed with the Office of the City Engineer prior to beginning work. 26 02 236 6-1.15 MAINTENANCE OF EXISTING IMPROVEMENTS -- The Contractor shall protect and maintain all existing improvements and facilities in place to remain from the first day of work under this contract to acceptance. Contractor is responsible for replacing any damaged improvement or facility to original condition or better. 6-1.16 MOBlLlZA TION A. Mobilization may include, but not be limited to, the following principle items: 1. Submittal and modification, as required, of the Construction Schedule. 2. Submittal and modification, as required, of the Schedule of Values. 3. Providing a Project Office. 4. Review of the Site. 5. Obtaining all required Transportation Permits. 6. Submittal of all required insurance certificates and bonds as required by these Specifications. 7. Moving onto the site, including, but not limited to: a. Equipment b. Arranging for and erection of Contractor's work and storage areas. 8. Installing construction fencing and temporary construction power and wiring. 9. Establishing required fire protection provisions. 27 02 236 10. providing a minimum of one restroom facility for each twenty- five (25) workers occupying the site, but not less than two (2) facilities. Facilities may include existing, functioning restrooms, or portable chemical facilities, or any combination thereof, and shall count as one for each urinal or one for each water closet. II. Installing all temporary utilities. 12. Posting all OSHA required notices and establishment of safety programs. 13. Posting of all Department of Labor notices. 14. Having the Contractor's superintendent at the job site full-time and responding 24 hours per day. 15. Potholing and other research and review as necessary to verify site conditions and utility locations. 16. Air and water quality protective measures, as necessary, and without limitation. 17. Demobilization of the Site. 18. Any other item as specified. Full compensation for Mobilization shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed unless authorized noted. 6-1.1 7 CONTRACTOR'S SAFETY RESPONSIBILITY The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working 28 02 236 hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and City laws, ordinances, regulations, codes, the requirements set forth below, and any regulations that may be detailed in other parts of the Contract Documents. Where any of these are in conflict, the more stringent requirement shall be followed. 6-1.18 SAFETY SUPERVISOR AND MEETINGS -- A. The Contractor shall appoint an employee as safety supervisor who is qualified and authorize to supervise and enforce compliance with the Safety Program. The Contractor shall notify the Engineer in writing prior to the commencement of work of the name of the person who will act as the Contractor's Safety Supervisor. B. The Contractor will, through and with his Safety Supervisor, ensure that all of its employees, and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. C. The Contractor and its affected subcontractors shall attend safety coordination meetings. The minutes of their meetings shall be submitted to the Engineer. 6-1.19 MEETINGS -- A. The Contractor shall attend weekly progress meetings at the project site. B. In general, these meetings will be attended by the Contractor, the Engineer or his designee, and any subcontractors, suppliers, distributors or other concerned individuals with issues or items to discuss. 29 02 236 C. Meeting minutes will be taken by the Engineer or hislher designee. The meeting minutes will be available to the Contractor at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract. D. The Engineer shall have the authority to require that a mandatory meeting be held at any time during normal work hours. E. These meetings shall be attended by the Contractor, the Engineer or hislher designee, and may subcontractors specified by the Engineer. 6-1.20 PAYMENT -- Full compensation for conforming to the require- ments 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. 30 02 236 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. Notify the Engineer immediately of any conflict. Match existing products. The Contractor is responsible for coordinating work with the utility owners. 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 coordinate his work with utility owners and their 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. These names and phone numbers are listed for information purposes only. The Contractor is responsible for verifying phone numbers and contact persons. 1. SOUTHERN CALIFORNIA EDISON COMPANY 287 Tennessee Street Redlands, CA 92373 Phone: (909) 307-6759 Attn: Ben Murguia 2. SOUTHERN CALIFORNIA GAS COMPANY 1981 West Lugonia Avenue Redlands, CA 92373 Phone: (909) 335-7847 Attn: Sam Martin 3. ADELPHIA (COMCAST) 1205 South Dupont Avenue Ontario, CA 91760-1536 Phone: (909) 975-3349 Attn: Jack Hays 31 4. ADELPHIA 1722 Orange Tree Lane Redlands, CA 92373 PHONE: (909) 798-3588 Attn: Mark Davenhauer 5. GTENERlZON Verizon Communications 1960 Orange Tree Lane, Suite 100 Redlands, CA 92374-2803 Phone: (909) 748-6648 Phone: (909) 784-6647 Attn: Chuck Austin Attn: Terry Dietz 6. A.T. & T. OSP Engineering Cable Maintenance & Right-of-Way 360 East Alessandro Boulevard Riverside, CA 92508-2402 Phone: (909) 776-3907 - Franco Jauregui Phone: (909) 776-3914 - Rubin Martinez Fax: (909) 776-3910 7. U.S. SPRINT COMMUNICATIONS Attn: Outside Plant Engineering 282 South Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 Attn: Lynn Durrett 8. MCI WORLDCOM Pacific Division 157 S. Lilac Avenue Rialto, CA 92376 Phone: (909) 421-5003 Attn: Jim Yoder 32 02 236 9. TIME WARNER TELECOM OF CALIFORNIA 430 N . VINEYARD AVENUE, SUITE 150 ONTARIO, CA 91764 Phone: (909) 877-8905 Attn: Barry Waer 10. PACIFIC BELL TELEPHONE COMPANY ATTN: Right-of-Way Liaison 3939 E. Coronado Street, 2ND Floor Anaheim, CA 92807 Phone: (714) 999-5454 Attn: Larry Todd 11. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 300 North "D" Street San Bernardino, CA 92418 Phone: (909) 387-7224 Attn: Ellis Williams 12. MCI NATIONAL SUPPORT/INVESTIGATIONS Dept. 2855 Loc 642 2250 Lakeside Boulevard Richardson, TX 75082 Phone: (972) 656-1030 13. CHARTER COMMUNICATIONS Construction Supervisor 6680 View Park Court Riverside, CA 92503 Attn: Jonathan Clark Phone: (909) 343-5165 Attn: Stuart King 33 02 236 022?6 14. EAST VALLEY WATER DISTRICT 1155 N. Del Rosa Avenue San Bernardino, CA 92410 Phone: (909) 888-8986 Attn: Ig Seifert 15. WEST SAN BERNARDINO COUNTY WATER 855 W. Baseline Street Rialto, CA 92376 Phone: (909) 875-1361 16. SAN BERNARDINO COUNTY COMMUNICATIONS 777 E. Rialto Avenue San Bernardino, CA 92415-0740 Attn: Don Hanna Phone: ( ) Attn: 17. CITY OF SAN BERNARDINO TRAFFIC SIGNALS 234 S. Mt. View, #110 San Bernardino, CA Phone: (909) 384-5129 Attn: Charles Temple 7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the location of all underground utilities and services, including potholing, before proceeding with the excavation work, requesting in advance the services of inspectors from the utility companies in order to ascertain said locations. Damage to underground utilities resulting from neglect on the part of the Contractor shall be corrected and paid for by the Contractor. 7-1.03 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of public utilities seventy two (72) hours in advance of excavating around any of their facilities and substructures and shall also provide the same notice to Underground Service Alert of Southern California, telephone number 1/800/422-4133. 34 02 236 7-1.04 UTILITIES INTERFERENCE -- Utilities which are found, by exploratory location or by excavation, to interfere with the construction of this project will be relocated, altered, or reconstructed, or the Engineer may order changes in location, line or grade of the project structure, to be built in order to avoid said utility. The Contractor may coordinate the work with the utility owners. Abandoned utilities, which interfere with the construction of any portion of this project, may be cut by the Contractor, the interfering portion of the utility removed and open ends of the pipe sealed with a suitable plug or cap. 7-1.05 BUILDING SYSTEM AND UTILITY COORDINATION -- The location, size and reinforcement of holes in the building structure for the placement of pipes, conduits, and other materials shall conform to the structural Plans and Specifications. All informational signs, electrical and/or mechanical equipment, fencing and any other attachments to the existing concrete columns shall be temporarily removed for installation ofF.R.P. column wrapping, and shall be restored to original condition after installation ofR.R.P. column wrapping. When the requirements of the Mechanical, Electrical, Plumbing, or other sections of the Specifications or Plans are in conflict with the structural requirements, the structural requirements shall usually take precedence. The Engineer shall be notified immediately of any and all conflicts for verification of what will take precedence. Where the safety of the building structure is threatened, due to construction or holes in the building structure required for construction, modifications shall be made as directed by the Engineer. 7 -1.06 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. 35 02 236 SECTION 8 8-1 DESCRIPTION OF WORK 8-1.01 DESCRIPTION -- The work to be done consists, in general, of mobilization, performing clearing and grubbing, saw cutting existing curbs and sidewalks, removing concrete, performing unclassified excavation and unclassified fill, constructing Portland Cement Concrete handicap ramps, sidewalk, 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", ofthe 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. 8-1.03 PROJECT LOCATIONS ROOT CURB & ITEM PROJECT LOCATIONS BARRIER SIDEWALK GUTTER RAMP NO. (EACH) (SQ. FT.) (UN. FT.) (SQ. FT.) BASIC BID I. ACCESS RAMPS AT THE NW. SW & SE CORNERS OF ARDEN ST AND PACIFIC AVE (SAN GORGONIO HIGH SCHOOL) DRAWING NO. I 660 2 ACCESS RAMPS AT THE 10 LOCATIONS NOTED ON DRAWING #2 WEST SIDE DRIVEWAYS OF SAN GORGONIO HIGH SCHOOL 550 3. ACCESS RAMPS AT THE 4 LOCATIONS NOTED ON DRAWING #3 SOUTH SIDE DRIVEWAYS OF SAN GORGONIO HIGH SCHOOL 220 36 02 236 I ITEM ROOT CURB & ! PROJECT LOCATIONS BARRIER SIDEWALK GUTTER RAMP I NO. (EACH) (SQ. H) (UN. FT.) (SQ. FT.) 4. ACCESS RAMPS AT THE 5 LOCATIONS NOTED ON DRAWING #4 WEST SIDE DRIVEW A YS Of GOLDEN V ALLEY MIDDLE SCHOOL AND CROSS WALK 440 5. ACCESS RAMP AND SIDEWALK WITH CURB & GUTTER & ROOT BARRIER AT THE LOCATION NOTED ON DRAWING #5 PARKING LOT AT NE CORNER Of MT. VERNON AVE AND 5TH ST I 50 30 200 6 ACCESS RAMPS AT THE NW, SW AND SE CORNERS Of MT. VERNON AVE AND BELLEVIEW ST 660 7. ACCESS RAMPS AT THE ALLEY WAY ON THE WEST SIDE Of ARROWHEAD BLVD BETWEEN 6TH AND 7TH STREETS 110 8. ACCESS RAMPS AT THE NE & SW CORNERS Of 15TH ST AND CALIfORNIA ST 440 9 ACCESS RAMPS AT THE NW & SW CORNERS Of MAGNOLIA AVE AND CALIfORNIA ST 440 10. ACCESS RAMP AT THE NW CORNER Of 8 ST AND WESTERN ST 220 II. ACCESS RAMPS AT THE NW & SE CORNERS Of OLIVE ST AND "D" ST 440 12. ACCESS RAMP AT THE NE CORNER Of SPRUCE ST AND PICO AVE 220 13 ACCESS RAMP AT THE NE CORNER Of 7'" ST AND PERSHING AVE 220 14. ACCESS RAMP AT THE NE CORNER Of 48 '" ST AND "H" ST 220 15. ACCESS RAMP AT THE NW CORNER Of 19TH ST AND MEDICAL CENTER DR 220 16. ACCESS RAMP AT THE SW CORNER Of EUREKA ST AND DEL ROSA AVE 220 17. ACCESS RAMP AT THE SW CORNER Of 39TH ST AND GENEVIEVE ST 220 18. ACCESS RAMP AT THE NW CORNER Of CLUSTER ST AND BOYD AVE 220 19. ACCESS RAMP AT THE NE CORNER Of LOMA AVE AND L YNWOOD DR 220 20. ACCESS RAMP AT THE SE CORNER Of PUMALO ST AND DEL ROSA AVE 220 21. ACCESS RAMP AT THE NE CORNER Of BASELINE ST AND BELLE ST 220 ITEM ROOT CURB & NO. PROJECT LOCATIONS BARRIER SIDEWALK GUTTER RAMP (EACH) (SQ. FT.) (UN. FT.) (SQ. FT.) ADDITIVE BID I. ACCESS RAMPS AT THE 10 LOCATIONS NOTED ON DRAWING NO. 10220 fOR 13TH ST AND "G" ST PER DETAILS A THROUGH J I 50 30 1,550 TOTALS I 50 30 8,130 37 02 236 The work to be done shall include furnishing all materials, equipment, tools, labor, taxes and incidentals as required by the Contract Documents to construct the project. Addenda issued during the time of bidding shall become a part of the documents furnished to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the Bid being rejected as not responsive. 8-1.04 -- PRE-BID INQUIRIES -- Ifthere are any questions regarding this project, please contact: City Engineer's Office San Bernardino City Hall 300 North "D" Street, 3,d Floor San Bernardino, CA 92418 Attention: Lupe Camacho, Project Manager Re: Construction of Disability Access Ramps and Sidewalk (Phase IV) At Various Locations Tel: (909) 384-5110; Fax: (909) 384-5155; E-mail: camacho lu!a cisan- bemardino.ca.lls 38 02 236 SECTION 9 9-1 TRAFFIC CONTROL 9-1.01 GENERAL -- Attention is directed to Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, 2002 Edition and these Special Provisions. Warning signs, lights, cones, barricades and devices for use in performance of work upon highways shall conform to the "Manual of Traffic Controls", current edition, published by the State of California, and the "Work Area Traffic Control Handbook", current edition. The Contractor shall submit and obtain City approval for traffic control and traffic detour plans prior to the commencement of operations on a street. Traffic control and detour plans shall be based on the most recent Caltrans Manual of Traffic Control for Construction and Maintenance Work Zones. All temporary traffic striping, and maintenance shall be done by the Contractor. Also, place temporary tape on all crosswalks. All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be eighteen inches (18") in height, rubber or plastic, and be reflectorized. All work areas for the night must be properly lighted to the satisfaction of the Engineer. The Contractor shall take all necessary measures to obtain a normal flow of traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. The Contractor shall be responsible for implementing traffic control plan based on the most recent Caltrans Manual of Traffic Control for Construction and Maintenance Work Zones. The Contractor shall make the necessary arrangements to provide and maintain barriers, cones, barricades, construction warnings, regulatory signs and any other safety control devices, including flagmen. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights and striping, including crosswalks. 39 02 236 In addition to the foregoing traffic control and safety measures, the Contractor shall undertake immediately to implement any measures requested by the Engineer, as defined necessary to ensure the proper flow of traffic and the protection of the public and the safety of the workers. The Contractor shall maintain at all times the ability to respond to calls from the Engineer, including during non-working hours to replace or provide additional traffic control or safety devices as required. 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 seven (7) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of parking and 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. 9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate signs restricting turns when directed to do so by the 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. The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all "TEMPORARY NO PARKING" signs with the duration of the no parking time written on them. The Contractor will be responsible for posting, removing, and maintaining these signs as required for this project. The Contractor shall make his own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles. 9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of II 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 Engineer. 40 02 236 9-1.05 ACCESS TO ABUTTING PROPERTY AND ROAD AND TRAVEL LANE CLOSURE -- 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 and remain open, unless approved by the Engineer. If lane closures are approved by the Engineer, the full width of the traveled way shall be open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for 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. The Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of lane or road closures. No traveled lane will be closed without authorized approval given by the Engineer. If any traveled lane or road is allowed to be closed by the Engineer, the Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of the lane or road closure. Personal vehicles of the Contractor's employees shall not be parked 0 the traveled way at any time. 9-1.06 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. Emergency vehicles shall be permitted access at all times to any street. 9-1.07 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain flashing arrow signs (F AS) during lane closures or detours on streets. The Engineer shall determine when F AS is required at any location. 41 02 236 9-1.08 PAYMENT Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included, as paid for, in the various items of work, 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. 42 02 236 SECTION 10 THROUGH SECTION 15 BLANK 43 02 236 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 Intersections, 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 offour (4) inches. 16-1.02 PCC ACCESS RAMP -- PCC Access Ramp shall be constructed in accordance with the American Public Works Association Standard Plan No. 111-2, as shown on the Plans and as directed by the Engineer. It is ,the Contractor's responsibility for the ramp-type selection with concurrence from the Engineer, at every access ramp location, before proceeding. No removals shall be done until it has been determined by the Contractor that an access ramp can be installed that will meet all ADA requirements. The Contractor shall protect all existing structures and facilities which are adjacent to the limits of the work to be done under this contract, in accordance with Section 7-9, "Protection and Restoration of Existing Improvements", of the Standard Specifications and these Special Provisions. The above referenced City Standard Drawings and American Public Works Association Standard Plan are made a part of these Specifications. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. 45 02 236 16-1.03 PAYMENT -- The contract unit bid price paid per square foot for construction of "PCC ACCESS RAMP, including 6" Wide Retaining Curb, Where Required", shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing access ramps and concrete work around the ramps, including saw cutting existing concrete, removing concrete, adjusting water valves and traffic pull boxes to grade, performing unclassified excavation and unclassified fill as shown on the Plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. There will be "No Payment" of any kind for access ramps that do not meet the ADA Standards and the APW A Standard Drawing No. 111-2. 16-1.04 CONSTRUCT P.c.c. SIDEWALK -- Construct P.c.c. sidewalk in accordance with the City's Standard Drawing No. 202, and as directed by the Engineer. The sidewalk unit cost shall include all costs associated with the forming of access ramps. 16-1.05 PAYMENT -- The contract unit price paid per square foot for "P.c.c. Sidewalk", shall include full compensation for doing all the work involved in constructing the sidewalk including all costs associated with the forming of access ramps as shown on the Plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. 16-1.06 CONSTRUCT P.c.c. CURB & GUTTER -- Construct P.C.c. curb and gutter in accordance with the City's Standard Drawing No. 200, Type "B", and as directed by the Engineer. 16-1.07 PAYMENT -- The contract unit price paid per lineal foot for "P.C.C. Curb & Gutter", shall include full compensation for doing all the work involved in constructing the curb & gutter as shown on the Plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. Asphalt concrete that is used to fill the area from the Contractor's operations (area that is left after removing concrete forms from gutter face) shall be considered as part of Section 7-9, and no additional compensation will be allowed therefor. 46 02 236 SECTION 17 THOROUGH SECTION 49 BLANK 47 02 236 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 provision 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 monolithic 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. 48 02 236 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. 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. 49 CONSTRUCTION LOCATION DRAWINGS 50 02 236 PROPOSED HC RAM~ PROPOSED HC PLAN NOT TO SCAlE ...: V1 Z w ~I <l: XISTING HC RAMP -1- PACIFIC AVE. ",J +- .. ~ROPOSED HC RAMP s. ". ~\\:) cP CP~ s~~ CITY OF SAN BERNARDINO DEVELOPWEN'r SERVICES - PUBUC 1rORKS/ENGINEERING HANDICAP RAMP CONSTRUCTION ON PACIFIC AVE. & ARDEN ST. (SAN GORGONlO H.S.) DRA1IING NO. NOTB: IF A CM.TRANS STANDAlUJ IS SBUC1'BD 'OR ANY IlJNDlCAP IWIP CONSTRUCTION. THB COJlTR.jC1'OR MUST JUllon mD R8PLAC8 THB CURB AND CutTeR TO THB IDGB 0,. TaB HnSTING GUfTBR UP. L_____________________________ 1 ----------------- v PLAN NOT TO SCALE , , ~ :h I I PROPOSED He RAMP I :J I I PROPOSED He RAMP I l J .. ~ So n '" ~o n ~\c I~ < '" c,c I \,C~ PROPOSED He RAMP S~~ d I I PROPOSED He RAMP I I I :J PROPOSED He RAMP L I - PROPDSED~ ~ I ~ I -~ \ L - ARDEN ~T' A~EN ST. L > , \ CITY OF SAN BERNARDINO DRAWING DEVELOPIIENT SERVICES - pUBUC 1I0RKSjENGINEERlNG NO, NOTE: IF A ~TIUNS STHDARD IS SEUCTED HANDICAP RAMP CONSTRUCTION FOR ANY IUNDlCAP RAJIP CONSTRUCTION, THE CONTRACTOR MUST R8J10YIl HD ON 2 R8PLACE THE CURB AND t;U1'TER TO THE BDGB OF THB 8ZlSTINC CUTTBR LIP. PACIFIC AVE. WEST SIDE DRIVEWA.YS OF SAN GORGONIO H.B. '0 2 2? 6 I PLAN NOT TO SCALE ""'I PROPOSED HC RAMP f- Vl Z W '" ~ <I PROPOSED/ HC RAMP ^ S. ~. ~\~ cP CP~ S~~ PROPOSED HC RAMP NOTE: IF A CALTRANS STAND.UUJ IS SBLECTED FOR ANY lIANDlCAP IUJlP CONSTRUCTION. THE CONTRACTOR JlUST REMOU AND REPLACE THE CURB AND GU7TER TO THE EDGB OF THE 8nSTINC CU'lTBR LIP. CITY OF SAN BERNARDINO DEVELOPIlENT SERVICES - PUBUC 1rORKS/ENGINEEllING HANDICAP RAMP CONSTRUCTION ON ARDEN ST. SOUTH SIDE DRIVE1rAYS OF SAN GORGONIO H.S_ DRAWING NO. 3 ..------------------------------------------------------------------------------------- 02 7"6 JLLL PLAN NOT TO SCALE , , ~ ~ LEROY ST. -------------------------l ,,[--- Q j-- ~P.OPOSED He .AMP PROPOSED He RAMP PROPOSED He RAMP I)Y ~C~I) ~~ \~~ ~~ y~ <;,"t-Y ~~ ~ \II) \i PROPOSED He RAMP ~. 1 -- ~ I _ "ATEJAN...!'VE_ ",I ;1 ~I ~, #" NOTE: I' A CALTRANS Sf'UlURD IS SEUCTED nJR ANY llJ/{D1CAP IWIP CONSTRUCTION. THB CONTIUCTOR JlUSf' uJlon AND UPLJ.C8 THB CURB AND CUTTER 2'0 mE BDCE 0' THI 8ZlSTINC CU'l'T8R UP. TtT DRAWING NO_ CITY OF SAN BERNARDINO DEVELOPIlENT SERVICES - PUBIJC YORKll/ENGINEERING HANDICAP RAMP CONSTRUCTION ON PARKDALE DR. WEST SIDE DRIVEWAYS OF GOLDEN VJ.IJ.EY MIDDLE SCHOOL 4 ~ M~ VE"NON AVE _ f!~ INSERT 24 INCH DEEP ROOT BARRIER ADJACENT TO NE'J SIDE'JALK PER STD 502-2 ~ .; ~I '" --' --' 'i' >- " " b :;;\ I >- II> ~<\, C1\i ~;~ 'Q,~~ ~RNER AVE. r NOR: 11.. cu.nuNS sr~ 18 nUC'f'VJ roJt MfY IUIIJIlCAP lWIP CONS'I'11UCf'1Olf. na CONJ7UCf'Olt IlUSr MIlO" UII IW'UCZ na CI1D MID ~.. ro TIU .IH:6 0' rJU ~ wnTlI. UP. 02 236 PLAN NOT TO SCALE , , $ A- ~r;:,~ ~~ ~4, ~~~~~ ROPOSED HC REPLACEMENT IZl SIDE'JALK, CURB ~ GUTTER TO BE REPLACED BUILDING CITY OF SAN BERNARDINO DEVELOPli!NT SERVICES - PUBUC WORKS/ENGINEERING HANDICAP RAMP. SIDEWALK C & G CONSTRUCTION ON 5TH ST. PARKING LOT RAMP DRAWING NO. 5 fl i ; i2i i~RI ii5" bll i 9 illl. li5lg'llr -;11 III n I ;1'; ~i ! 'I ~ · !15':! 81 II Idl 511 I !bl II ~h "'II !31i fi l;!~ II ~III;~ ;11; !;il i p~~ n-rliol 19.1ill Ig I ~ ~ !!ii ~I rig ii1 i'l; h!i I: i! !;i~ I!i i . ~ ... 1.1 ~ h i III i .!o, 11111~ri Iii i ~ t5 ~ ill!i IIII'-li 8:1 I~I r~h, HII!' hi ~; o ~ ~ ~ !h!1 ! !!~: !!I rl II~i! ~I r! r dl ~ri ~o ;...: . ...... - a ~ ~~ ~ ---.:. ~~VJ U ~ ~ ~~ U.J ~ a ~ ~ ~ 05 ~ g: ~ ffi ~...t::JO~Cl~ ;..:. r"I';:S ~ ~~ ~ ~ ~~o.... VJ. VJ E~~~~ ~ \.) ~ ('f") ~....... ~ M s:: C ~ I ~ ~ ~ ~ I: r" -+-... I ~;i>1 q -.J. s::: ~ s;r iOil1 ai_ s ~ ~ Ii H:'lllil:ll id ~ a;.;;: ': '.Lrru !r' ~ ~ i I !!HiIIIP Iln II ~\- ~Idlh II~ I_ I, r\ ~ ~ i lllanq~ 'If~iil B '\".) ~ '" 0 qld:.:~!6~ Ii r-'\ ~. I ~ h II d p h n ~ ; ~ i:: ~ ~ 'nu 'Ir I' II ~ ll's~nlliPi 51 i I t; rl!11I ~~~~~I~q n 8 ~ ~ mHHH~ ilLH "I >,. 0'1 g! ! .-j' = I I ;ih '" il,1.1 - .0' I ~ ")<!I' }la" :t: 10;:' v , i;j 11111 '" n~. . ~ !l '" '!1~ -j . ! 2 i < . I ~, '-00 ~ ~ ~ C:::.,.~ II ~~~B~~ ~ I ~;~ i ~i- I ~~ i -...i; t ~ I I , - . '-.~"-k F-~..;-;3~~-;-~ ;~ . P M'~ ~ ~ " t;; t:, : - . -~ !r--~.... I"" ,_ ~-oI--, -"~tl;;'!_.._:', t:t.~d -'~~ I ---:;'""i- ,,_,. _~:I..... li_..."!.,.___.~~ ~ _ i 1. ; . ~. - " ' Q,,; ",. - . ' ~. . .. :0 I _".~__ 0 _ , . -- II ~~~-=-=-~-..n---=, ----',. 'i __ _ '/if ~ _ ; "~-"1\ .. ,. ii.:mA, .." :": Ii ,r "i.-I'. , lS," C 1._, i,.' _ -iO" . ~ ..:.: ~ . a , ..' -"I hq, 19t:;:."~ "1 i".'j: .' "J__~. u;;s- - ....;J"' ~ - ,_~. ~ -. " ~ . ",t' !~~ ~ .......,...,. _ ~': t- l-;'-*-i-~"~ _n_ ~ ." ~ .1.l.l~ I I I ~I , ~;l~ ~~ .;~,-~ :- ~i'. ; ~ '-.;i I : !~ ~, 'Ji1 ..: > -,.", '" ~i ~; ,! ~ I ~lr I,' , - ;od! /' ~\ .-'\. . ~. t 1 ~ , ii; L i I I I ,. i', 1 ~ \1 ::J; ., ~f 'L ~(- ~?~~ ii, L , ~.........:.I..~!t ---:" 1,1; ',',i ., ,,: ~ /, ::> "~11'-;-'-1 '" ....~ ! t ~ ~- ~~~- ~--.-l < II, II I I l "",,'f, "" " I '. ;f~ ~i i h -\ j!131' I~ ~ i! I I . ; , I' ! i I I i . - - - - . - - - . - . - . . I j III J~.I\! ''''', . l'fc , ~ ,i I ;.: '~ ~;; " ~ " . 5 " I t [g8 ~ -.fL '" I'~ I , ~ ~ '" , , 'I ~i :<!: "'~. ~i ~ ~~ ".:1" Ol::!,< ;-..<1 . 31 , ~ lFRJ,f.S . ,0 .' , , , ~ ;::1 ~ ~I h~ ~I'e;~~ "",I'"'''' ~11"'''':'''''<l , o. " A H~,H !'i2., H i I ~, ~3 ......." ~~ ~ :;:; g t ~: ~o"" ~; ~ ~ ~~ ~ - --.,...... ,-""" H t:::~ u~ " i I l J , I i , - ~ f" r- nl I! . j. I i ! i,i, !I ! ( . II III; ~ I ~ s I ~ " i 2i: ~ ,. ~~ . ~:'e <' I ,",,' ~ ,,. . -< . " c e. , ~ ~! ~ ~:~.~H ""."""" ::'",..;--<1 ". c , I ! ' I Ii I~ _?~ ~,"'- -.~~ \: 1 ,'" I ~ > sl' "- ~ 1 " ~-1f " ~I; 0 ~ - .~~ :;: " ~ ;"f, ': ~I ' , . ., " ~i ~ - I~ c '" BI " - € - ,,~ - , ;! "'~ - ~'" 1 I 1 .~ 1 , i "' ~ 1 1.-, ','''.' +..1.- +' ....- ~'. ' - . , , I r ii ----r- i: -- <::'" ., ..".''-'-''. '" '..--'~ . ',,-.. ~~ '> II ~~- u := :% i -m-m'., ~ JL'. , , . 'OM"'_" t-'--- - !Ei:nH.S I 'I: ~ L . - - - ~.,.. ::::."." % ""-- + ". " ~ ~~ ~ I ~j . "'-;; Ii ,. ;;c; I'" '1'- I \. I : II I . '8 '5 '" ! I e- II ~ ~ kl ,. . L ~I' - ,..., ~' - ~ < ;; ;; ~ o ~ ! ; ~ III I ~ ~; u; ~i ~i~ Hi I ~, ~~ 22 ~ ::: Ii "'-> :;,:~ ~ - ;j ,."..".... ... ~U.~'~: ,,";:i; ~ ,=>. - . i::r I _:: Ii v~ I -lffff- .. " "" '" '''~ "," ------------, , , , , , , , , , , , 02 236 I ] I ~.p~~ 7" (]) CURB RAMP DETAIL "A" PLAN NOT TO SCALE \1 i- (])CURB RAMP DETAIL "E" (]) CURB RAMP DETAIL "e CITY OF SAN BERNARDINO DEVELOPMENT SERVICES. PUBLIC WORKS/ENGINEERING DRAWING NO HANDICAP RAMP CONSTURCTlON ON 13TH ST. & "G" ST. DETAILS "A.' TffRL' "C" J0220 ~IfEET~Ur h III/f/I ~______________________________________________________________________________________________________________J 9" ,y' Ii '02 236 PLAN NOT TO SCALE i - (}) CURB RAMP DETAIL "D" , - \ I _'I " , " J;:.z.: ",-..... "- , ""....' ,\,', " "'4 CD CURB RAMP DETAIL "F' @ CURB RAMP DETAIL "E" CITY OF SAN BERNARDINO DEVELOPMENT SERVICES. PUBLIC WORKS/ENGINEERING HANDICAP RAMP CONSTURCT/ON ON 13TH ST & "G" ST, DETAILS "D" THRU "F" ~------------------------------------------------------------------------------------------------- DRAWING NO /0220 SHEET ..--1-()f ~SHEnS ---------------\lL-23-o---------------- GRASS ~, " SIDEWALK i , .. I , . , ~ GRASS tt~ PLAN NOT TO SCALE @/ @ CURB RAMP DETAIL "G" > > . GRASS ./ / / i I @1 ~ ".... \~ \'. ~ , . , . SIDEWALK ..........." , ~ SIDEWALK / be c_ ..< @ CURB RAMP DETAIL "H' PARKING LOT @ CURB RAMP DETAIL "f' SIDEWALK /' // v*' <' ,~ . ."" / ",'i..J -f GRASS @) .. @CURB RAMP DETAIL "J" CITY OF SAN BERNARDINO DEVELOPMENT SERVICES. PUBLIC WORKS/ENGINEERING DRAWING NO HANDICAP RAMP CONSTURCTION ON 13TH ST. & "G" ST. DETAILS "C" THRU T 10220 5HEU.--!!-Of ~SHErrs i._____________________________________________________--------------------------------------------; "U"___.__~_.~C.....__L."___._"__"_____"'_'"~ STANDARD DRAWINGS 51 tIJIW~.&.l IIOTIJ: ,: cua... CO_UIIll SH&I.L II ,...,..,cI \.Illftlll OIL ~ 011 ALL 1'01&0 SlJIrACCS PIl,OR TO II/ArORA lOll or SIJIPACI ....TU. /s" zi' ~ - I.,ANSlON JOINTS AT END IlUUIHS . snUCTUKS 'II PL....E JOINTS EI/ERY 10 PT. OR AS 'Nsnucno. . Q) ~..3- ~'T c TYPE "S" P.C.C. CURS 8 GUTTER ,z (, ,. /S" zlO R'~- 4 SI..OPE 1'1. ~ R:J" '" 'I . . " ~ , " .. TYPE "c" P.C.C. CURS 8 GUTTER (LOCAL STREETS WHEN APPROVED IY THE ENGINEERl 24 . . - ~ , " . 0.011"1 CG/. YD. Pc-f' ~/.v. ,cr. TYPICAL SECTION ROLLED CURB IONL Y FOR SPECIAL APPUCATIONS AS APPROVED BY THE CITY ENGINEERl (,H " " /OJ-H JAtA ,9.}" " ~ 02 236 NOTE c,*CIl'ETE. IIUST I. AT LI".T 5.5 SACIl 1111 [no- c- 2'001 AND HOLD 2500 '...1. 1111 21 OAYI. ~,~... ."- 4 . 0.0'7 ev YO. '~H ~t'N. P'r 'Ioj ~ R,1'" . . '.. ~ ().O~I C[J. I'D. PEA' llA./. ~r: ~Ar. I ~~I ~~.J 0.03/ CCI YO. PERL/A/. FT. TYPE "A" P. C.C. CURB CIT'f"'ENGI APPROVED, ~...y /17 19& STANDARD No. CITY OF SAN BERARDINO-PUBLIC WORKS DEPT. TYPICAL SECTION- P.C.C. CURB 8 GUTTER 200 .. 02 236 / VARIES ~~ (p' -I /-/ .I,LOI'E ~ In: I e...fr..../CAL LtJt:JTI/W ~ 1",.,I.u'. (/TIL/T r TRE.NC;.r W6ilKENEO ,P'L,IWe ..I0lNT CASE ~.. .PRFPER~FO 510EJ.lAii:' iOCATION V,ARIES ~ 't/NOIJSTRl/NFP NIPTII u",.,IN. ,SI,()I'E ~ . 'FT fl)().$&GRAVE1. a, A.( /f'DHI6/1&O IN THIS AREA I~" '6 /'fIN ~(.(. ~EMl/.K CASE "8- NAY "e U~Et): I.) All/EN PRONTAGE 1$ LE.5.S THAN I~' ANO .sA/'fE $eCTION EXIsr..s o-v /JOTH ..slOE" O~ LOT. ..t:) FOR /"fEANO~R/N6 $/PEW,ALK$. I 'II I -~ GENERAL NOTES: ~sr. ~ I $'#lNM.K 1',('()I'D46P "IDINAU< I)CDNCKETE ('i.AII -NO.t'.~JJ()D .r.) WEAKENED ~NE .J()/NT.I 7" I'UT(N (Vr6 J()INr A.I PA'ECT/!J) II' 'TN6. EN4INBEI? 8) CvRIMS ~,.,;!)""O .4NAa /Ie ",,,.,rED ~'R:Jt8'tfLYDNAU. EXI'{lSEP 6V~/illCE.$ !'l!IDIt: TD TNE EVA~,v '" .k/Ktfi1C4 iAJifTIK. :ell -'NE TYPICAL S/OEAlALK. TRANSIT/ON CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. A~ED STD. NO. it SIDEWALK LOCATION DlR. ,1983 202 02 236 3 5/B" I.4INII.4UI.4 THICKNESS 0" CURB FACE ___.u---SbQP~----- ,.."T"----e::13,;" "",A. . .' . I 1 ~. ',_.' ~ '. " SIDEWALK :z.os mG"I. .... ::-::::::::J GROOVING IT APPROX. 3/4" 1/4"tr1/4" ~...... '- .'..... -': . .-.........., ."'. ._-0" -', -. -.,-- . .0".. .. .~'., ~". :. . GROOVING DETAIL CURB RAMP SECDON SIO(W"'" gocw"", " ..J ~ III III ~ U " ..J ~ III III o lr U ~ ~ I!: 0;; CROSSWALK NOTES VSE APW A OR CAL TRANS ST ANDARD FOR THIS TYPE OF HANDICAP RAMP. 1. CONSTRUCT P.C.C. IN ACCORDANCE WITH THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. 2. THIS RAMP TO BE USED ONLY AT THE CENTER OF A CURB RETURN. WHICH IS THE PREFERRED LOCATION. OTHER DESIGNS ARE TO BE APPROVED BY THE CITY ENGINEER. 3. "L" &: -X" SHALL BE CALCULATED BASED ON CURB HEIGHT AND THE CROSS SLOPE OF SIDEWALK. 4. TYPICAL DESIGNATION ON II.4PROVEI.4ENT PLANS SHALL BE: CONSTRUCT CURB RAI.4P CITY OF SAN BERNARDINO STANDARD DRAWING NO. 205. L=__. x-__. 5. NO CURB RAWP SHALL BE PERWITTED WITH "L" SLOPES BETWEEN 5" TO 6.67". PER CURB RAMP STANDARD NO. cm OF SAN BERNARDINO I PUBliC WORKS DEPT. API'ROVED 205 i ~I ~ ! ! rw1 ~ : a ' . ~ .. ~ . . ..- . ~ . - ~l ~,~.::..\ i ~ I I OQP I ! i""'1 a .. . ~ ' . , '" IX If) =~...........~ :!X.; LAJ~ ~':IIc;1:!:g:;o~:. ~1- .. . ."; 0-;:" 2ii= l!!l5oooo ;-~ z 5' 6 We:( .... i~ <liS ! .......o.........i ; i" g i'l!! ~ -i;; i :.~, ~. ~ ! ~ . , .... a ,. ;l. ~ " i , ' .!1l ..~ . ~~ I l~ ~ 2 ~ { r ~. r-g, ~ , '""Ii . 2 " ~ 3. - , J i .-" i · U ~ ! 1 . . jW1 ~ . .' $ i~ ! orn~( ~:'-: .... ill ' , '~ " " '",. , . , I - ,. ~ I . " '!C. I .. -, Ihl i C'>l 111' STD. PLAN AI7 - , . . o . . . ~a I ~ , . . ~ a $ :;I:'~ ~~ c~~ ~i .... ~ ~L . ,- ~ ~:;> if 4 ,~ . . . i . ~ ~ ~ . i! : 1 S '. '. ~: '0 ~ ~ , . ~ ~ i i '" ;1 ~ i~ ; '8' i ia ~i~ I!og ....! ~ J ~ ''-1 t- !\ ..t f ~i I> ~ ~ ~ ~ i . VI "'~ m ~ a~ - ~ f . '" . " I> i : 0 .i t i ::l ] " ~ v ~ ~ ~ z . 0 ;= .. > ... ~ ... . t ~ . ; u 78 . . . -~ - . . = !. VI .0 ~ i~ " ,- '0 w ~o >- 0, W <.>:; '" '. u o~ Z a' S ~~ to- 31 -' '~ ~ i~ ... ,. VI .:i .. ., >- . ~ IU > . i ~ a i~ i~ w ~; !~ 0 ...J...... ~: Z j ~~ u.... C 1Il~:: ~~ 0 'j~ w" ., Z _~ =1... :6 ....i ~ :t; . - - "0 .. . . . ~ i ., . a: ::l u . i ~ ~ ~~ ~ . l ~ l: :;~ -;li 'i:: t1:,;I:; It .~~..!S .t l!ih~! ~.l 9.~"1~.. bi;;.....9- ~5 li!t~~; ii ~.'i t! '1 fi~:lil ~i ei,:t~3 ~~ !::&gs~iil: "o.&!e=''IC!~'a ol~.!~g:!: . ~iti...i:::bl ~e_ O'-:i:eo:o .5.!:~;;bia~: e~.'-."'~'2'CO 101 e ...,. ... ~ a e .. ,ceCll,'".!i;o.. .=i:'''l,.,!,.l: -,"IiZ'Eiige2: ~"''''~5;:uEQl: ~'"...: - ... :~.~ -; r-; .~ . 2,,! ~. . Q ....... '5E"':s! , I. " . E i~"~ Q: e;~1 i6 ~ l:!3 ~.. ~ ~'5b3 ~i .. .i ... ~.. ::3;~i ';::: ~~~8?o .. l !!i1i.. '!! ;. b .... ..... ~t ~at~s6 . .. u~~~~~ .; I ~ li ;;.. - 0: "&...;; ...:C:~~~ .. <; c -:) 1- ! .. ,. ~ l i....... ~ ~.... ~o,,~~'- ~ co co .!t 9 ~ '".e c~: .!i~~~~ !'1\ ;~~i~i;i~.~ .... ...... . ilo.. '" 2 ~:~v: . .~ . ~ . : . :1 . . ,. j ~~ l1~ ~ , . . ~ i~ .,,- .0 UIftUlZZ' ~~ ~ iZiii""?T' . ~; . l I < . I '" j ! i ~ 'Ot t.- ~f~ ~t ~;; r.1 i"1 .3~ .!. .............. .............. .............. .............. ........... . ........... . <?-~ ........... .. ........... ... ........... .. ................. ............... ............... N ~i - ." a . ;; 0 - ~ a 0 ;; . 0 . 11111 STD. PLAN AliA {J 2 :2 3 6 '". I"~ ~- 1 ~; ~ l h' l;. . fi!3 :f~ E.~ ~ ... C E,g, ~i!R:.i. ;o-o~:.'. g .. DO _g:!lC~.' g;....i: 0<::' ,,_ .. :"'. i "'_,:2".= ~~~ b-8 "c.. ~~! E~ :..;!~ t ~~ 6~i~!~o ~tI" :/1... ~!t. ~~.~ ~ ~:;o '.." =r: 0" i~ ~ .. :.:.;e..- ~~E = !...~~ "8s':a ~ ~:i ,.3" ~; ~.~ ~~ i!.. ...." a~;c'iG~ ~ 'He ....cp OUtI. ... ''0- ...!:: .. - b .. t!'-U- ~!~ E:"" "3~~ '-'2';.r ~ ~...~... tI ~.. -~.... I '" "': ....j!O .aol _..... 01;1(: ~ ... CI':s..."" _.";~C1. Ei" uo 8.~ =! :.1"; ~ ~~ !gi.~:l!"'~ ~!'g!t li-: 6lf~ f~;'O ~ ~~ 0- ....0.0 ....... .. - ..t, i" ~ ~. 0"''' .. o .!lQ ."~ ~io 0.... 8u ,.',. 'so' ~...o3.t: ~ -""... ~..ol" , u < .0" . 0'- ." 0- ~. , - " 1i! -. T> . C .. ... .... .. ... Q g::::;.J;; .;..! _ 2.. I;: ~ 0 2'8-...... l!l '"'..- ~... ~" .. .;;; ~~;" .gt ~: ., 'i II t,.~~fi! ~!~~ Hi ~~t :a~~ f 2ijli'O -":'5~ "12.!l::!.:\.. ~ 20 ..b'6.gr J ........S - .. ;"51,,' f.liO .0,' o ;_ so'-iL " !I !'" -Ii. ..~ >< X... o. o~ il r-:o S~_ o'_u c ~g. ,r-i ~i><"O ~~i ~~ :4 h 1. Oi ~ii;!:al ~;~~ ;j;;: ~lg:g ~2~~ ~~ .....". .....Y1.t.o:...;.3 ~i "." :"0 o....uul~ b~"iI 'i:E.... ......0_.._" E ,., u ~ "'u <=!"1I!;: .io! "ao J:c" ...C::IJ:c",.r ~!i! i::2~ ~I: i! Q! I! ti 2! ..!!6...._..... ~.. "'''-5 o~u" ~... ..8 ..~..'" "50 ~......~" l3:ioa~s i!;~ i~! ii'g~ ;~l" ~~ -ili ~i!C -;:'g ~2 ":"6 '& ~~ "ooi DZ! u".~l "I..: "l~' jOe' '65 ~oi 1",-: i~1 :~ i~ i ~ ~u: jl-~ :ill- <<.. !i"O& D~_""-; "'I ;g~a 30au "6U :~ 0.1 ~~ ~~: :;;<ga' Iii ;~'5i" -oi .5.;_ €:&':: QU ~ 0 _u -:i= .;:g u ~1I~:. "lj~ ~.c'if ~~~ c~..!.. .38 ,.,~;~ ~~oc 6,: o ~:;:3 ~!43 i3~ ai:e .._ ~ l~i 3l~01i~! !~~~ ~~- i~J- 'i(::E o;~ Z ... : _.4 -:.0..... _ u ......."iIl_ .".... ':oll ~:..a i_g. &.;; ...; .......:...... 2:: o::! -= :!: i . ~ :1i~ .- ~~ .'<- go .- ~ o ! t~ i -? ~!Lt{ I 'fOAno...~ . i , ~ W W VI " '" U . i ~ . ~ 0 . . . ~ '0 . .. 0 ., f . .~ i . . >; ~. ,> ., -,r- 0" ,,; ,. 0 !! r.. . :~ ~ ~ 1 1 ~ to ~ I ~ ~ ~I z . \l~ 001 ..... -Oft"l.l ",.. 8" j 0 ~ Rff" 1 ~ .~ 1 I 5 i "i -,,- G- I ~ .1 ~j~ .. " ~ ~ ~ I .D"i:l !",r 79 i I ~ , . , ~t - 50 . . Z~'i c;:51~ ~:';i - . ... ",\0 i~~ VI' ",. u~ ~{ i ! 00 ~; ~5 .. >0 0::';; ~ c . . C ., ... 5 C :; .. - III ~ a ~ . ~ ~:lC co: ..... "x ;t. ~;. Go u 0.... :I '" Vi'" _ 0;'= _ z_~ E :~ ~. III .! II: :) U i -'1";> o . ~ ~! -'. <<- ...." w' ~ E i ItJ ~ .. !a~~ igr- ~=ol ~!3:~ , . :!i~ i ;; .... w o z ;; cz: <> i~ ra" ,.~ 2~ :~ i2 I \j \ ~ I I TI 02 236 III . . c II) ..J C ~ . III . a w . ~ . A. j ~ :I '" . 0; c z . a: . . III a: :) u ,- 1'" STD. PLAN A88B (~) 1""';" ! I J i!~ . ,,\ j- J' 'II i .'\ i =1i 1:'1 j ~dll ~ ;. ,. ~ ~: . <- 6b'~o ;Jj" ",f -....s:!! '"'0.... ....-"'i.. ~~.i .. L<I . ~.~!~ olo..~ z" L . ....o~2 ~~t'C'2 ~~~g~ o~!u S3111~ a__ '!I~.:l .......0,.. :~~"i ., .~> ~.ic:~ ,,\;$& ... C''''....c l.J _~...~= ~ j!~t& ,. ! '" ,~ '~ " ,', ~ . ~ .. . .. ::: ,.,"2 g.... i ~ ~. ~ ~'i~ 'tg~~ ~ - ~ ,-floc: i~~f : ls E....!~ ~:::"'B ~ 0.0.. u f:'<o" :! ..~Q2 !Ei:! c ~. ~ :~!~ o-j};: C -il; ~ c./:.. <> i5 <>.!! c: c: ::.;u :..~~ ~ "'2" .. <> i ..G .. C tu r; 6:~" ~a~g ! :~ ~ ~i~; s!:& : .;, :i a .;:.,2".s" S Q. .a : i...; g:"E ~2~~ ~ 15 o"'i Q'<: \. 0 ci ~:: j;" 1I.c. li E II I; of...a.i 'Og U" <> ~s~~ "vl'O 3~ 'C ~; ~~ gils.s. i::f j~ -8 il!l "-& ~ 'tiC .....'" ..... 6 -i ~E 6:." !i"II~ ,,'" ~ ~2 ,,15 :-;8~ E~gs: &~ II C:'" ..15 E'ijo- ,,1:,<:: ~::I :: ~1: ~~ ;~~ls j!&1 ll~ ,.; ~ ...; .. >- ... ~ 0- IL >- >- .... .... !~g; I!.; i;:..~ U_U .(DMP,,-"O"'1 i <<- .<o.P.""""'l "~'5: ;b~. &."'''' g cu'"," ~v \j ~v \j 'I",,'".PIS -"', "111,,-_".;111 iOiill , .............. .............. .............. .............. ............... .............. I ~ ~ -J:> ~ ~, i ,....~S ~ 11 , . :;ll . - . ' j~ ~O.~AO...l i I"V;';'\ .~~~ ~. ( 0- ~ t~ i >- is ~O._AO"'l .... . g~ ~ !" g ~: r \J ~.~s 80 ! .. . ~' "' ~ '" w '" c u "' >- ... ~ w A OR 87] ~~ E E E E x ~ 00 < 00 ::E ~ 0'1 t( '" "t ..., x ..., < .::E "' CURB rACE CURB 1200 mm (.'J A OR 8~~ SEE TA8LE 1 II '" I ~ X TYPE 1 A OR 81 ~ ~ ,. < ~ " 0: < .. RL .~ ..., -- E E E E CURB rACE x 1200 mm (.'J A OR 8~ SEE T A8LE 1 TYPE 2 '0 2 2 3 6 TRANSITION 4: 1 SEE NOTE 2 \l 1 X SEE TABLES 1 AND 2 rOR x AND Z VALUES ~ ~l X >< < ::E .. on SEE TABLES 1 AND 2 FOR X AND Z VALUES CASE A AMERICAN PUBLIC WORKS ASSOCIATION. SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN METRIC 111 - 2 SHEET 1 OF10 PROMULGATED BY THE PUBliC WORKS STANDARDS IHe GREEN9COK Cc-..ITTEE ,.., REV 11911 CURB RAMP USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION l~ OCR . ~l sm. CR. PLANTING AREA \CURS FACE CUR ""- v.tiEN PLAN TlNG AREA 15 ADJACENT TO THE CURB RAMP. SEE CASE A (TYPE 6) PARKWAY 2:% MAX. SEE TABLES 1 AND 2 FOR X AND Z VALUES o~Y' ~ "^ OCR ~l PL....NTlNG .....EA CURB FACE CURB 'M-lEN PLANTING AREA IS ADJACENT TO THE cuRB RAMP, SEE CASE A (TYPE 6) TYPE 4 AMERICAN PUBLIC WORKS ASSOCIATION. SOUTHERN CALIFORNIA CHAPTER CURB RAMP 02 236 I ; TYPE 3 ..:..?:l. ....~~.-, ~.'!' CASE A STANDARD PLAN METRIC 111 - 2 SHEET 2 OF 10 >- < ~ " 0: < .. '02 i 0' 0' 2361 " " 0: A ~R B~ 0' .... .... V1 Z V1 12400 mm (8') MA.XI 12400 mm (8') MAXi I ~l RL 6.33" ~l 8.33~ JR ~l MAX. MAX. SEE NOTE 2 SIDEWALK 1200 mm (4') 900 mm P') MINi PLANTING AREA ~. "1" "1< .;2 SEE NOTE 3 PLANTING AREA -L CURB rACE CURB 1'200 mml'200 """'1"11'200 mml (.'J (,'J (.'j A OR B~ SEE TABLE , x < :> " V1 SEE TABLE 1 FOR Z VALUE TYPE 5 PARKW.6.Y 2~ lllAX. < w 0: < " z "' z < .... .. a:: SEE NOTE 2 SEE TABLE 1 rOR Z VAlUE TYPE 6 A SIO(WALI( 1200 mm (4') 900 mm (3') ,,'N i R ~l SEE NOTE 2 PLAN TING AREA CURB FACE CURB CURB RAMP STANDARD PlAN METRIC 111 - 2 SHEET 3 OF 10 AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER > < ~ ~ '" < Q. CURB FACE z-x R 02 236 I. J ~l - SEE NOTE 2 X CURB SEE TABLE 2 FOR X VALUE z.X c.-, .1 I SEE NOTE 2 ~l ~l X 1200 mm (.') C~ SEE TABLE , >i < " " " TYPE 1 PARKWAY ~x. SEE TABLE 2 FOR X VALUE { :. ~l :. ! r CURB FAct CURB TYPE 2 CASE AMERICAN PUBLIC WORKS ASSOCIATION. SOUTHERN CALIFORNIA CHAPTER CURB RAMP :::~!~ B STANDARD PLAN METRIC 111 - 2 SHEET 4 OF 10 A "I ~ pll"27. SKEW ANGLE a= 45' OFFSET b = 0 UNLESS OTHERWISE NOTED CURB FACE (CF) SEE TABLE 3 FOR Y VALUE A 02236 c~ CASE C STANDARD PLAN METRIC 111 - 2 SHEET 5 OF 10 AMERICAN PUBLIC WORKS ASSOCIATION. SOUTHERN CALIFORNIA CHAPTER CURB RAMP 2 23'6 SEE NOTE 2 x ~SEE DETAIL "A", "S", "c" OR "D" I /" SEE NOTE 3 , E E- o~ o N DL { JD x .. " ,. .. .. N ~ '" '" .. Q. x .. " .. N <.:> ;!:.. ....w z'" ~.. Q. 5" MAX. f/:-POINT A 6:iQ, ,~< b1200 mm (.') ADJACENT TD A PLANTING AREA RE-GRADE AS NEEDED (PARKWAY EARTHWORK) USE CURS" ACE AT POINT A TO DETERMINE X VALUE IN TABLE 2 WHEN CURS FACE TYPE 1 SEE NOTE 2 ~~ 0 L ~I E E E Ez 002 ,. 00 .. ~.. ~ '" '" .. Q. SEE DETAIL "A", "S", "C" OR "D" /" SEE NOTE 3 ( JD '.:':.~ ~~.~:~ 5" MAX. USE CURS" ACE AT POINT A TO DETERMINE X VALUE IN T ASLE 2 &' POINT A ','?.." '>" ''%, CURS ,. ACE CURS TYPE 2 ROUNDED EDGE ALLEY OR ROAOWA Y '\ ) X~ 5': MAX, \ EXISTING s/w ~ 8.33:-' MAX . Al-0 CURS SECTION 0-0 CASE 0 CURB RAMP STANDARD PLAN METRIG 111 - 2 SHEET 6 Of 10 AMERICAN PUBLIC WORKS ASSOCIATION.. SOUTHERN CALIFORNIA CHAPTER 2~ ~AX. SEE NOTE 2 S S '" " '" ~ '" \ : I o <0: A OR 8 ~ J lOR ~ES~ e 5~ MAX. i~l- , - - CD~ ",CD )( O~ <O:w W Vl x SEE TABLE 1 AND 2 FOR X AND Z VALUES ~f' ~l g.... :2 ~ ~ Z SEE NOTE 2 x _ 1200 mm (4" WHEN ADJACENt fa A PLAN TINe AR:EA A SEE TYPE 1 MARKED CROSSWALK S SEE NOTE 2- 2~ MAX. SEE TABLES 1 AND 2 FOR X AND Z VALUES S 2 OR LESS uf: Cz:t I ,. '" ;0 " '" '" .. SEE NOTE 2 " '" " .. N ~l SEE- NOTE J -.... CURS F' ACE CURS xii TYPE CURB RAMP \ SEE / NOTE 3 >< 5X MAX. !;-1: ~.!. __'...J - (,J ~ .... w _w -Vl 2 02 236 M ARKEO CROSSWALK ii' I'Z~~)ml cW~1 SEE ITABLE , ~i L ~ARKED CROSSWALK AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER CASE MARKED CROSSWALI< E STANDARD PlAN METRIC 111-2 SHEET 7 OF ,Q (X1S'TlNG ROADWA Y EXISTING ROAOWA Y 'D 2 ,2 3 6 PARKWAY y SEE TABlE 3 ROUNDED EOGE , Q mm 4' 900 mm (.]') ",IN ll'/~pOF -2% "-lA.X. 8.)3% ,,-,...)C.. ---= A2-0 CURB AND CUTTER SECTION A-A P....RKWAy USE T A8LE , TO DETERMINE WHICH OF SECTIONS A-A. 8-8 OR C-C IS APPROPRIATE. y " -2% MAX. A2-0 CURB AND GUTTER '" / "~-_.,,- DEPRESS SACK OF WAlK SEE OETAll -A-, -8-, -C- OR -0- SECTION B-B y PARKWAY 1200 mm 4' ROUNOtO 'OGE ""'0' RAMP "..---~..~ . ' , ' . , 8.33" ..!!A)(. _ 2 MAX, SECTION C-C , , , ..~---"- DEPRESS BACK OF WAlK SEE DETAIL -A-, "B-, .C- OR -0.. <~" ",..-' " A2-0 CURB AND CUTTER Z 2400 mln (8 MAX 1200 mln 4" Z 2400 mm (8 MAX ~ DEPRESS BACK OF WAlK / I~ ''--PCC SIDEWL. .. ) Sl.DPE AT 8.33" ~ HOwEvER. ..,AY INCREASE SLOPE IF Z EXCEEDS 8' SECTION R-R Z 2400 mm (8') MAX SECTION S-S CURB RAMP STANDARD PLAN METRIC 111 - 2 SHEET I Of 10 AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER PARKWAY WIDTH, m 02 236 o 0') E E 12 1 5 IS 2.1 2.4 2.7 3.0 3.3 36 39 42 4 5 4.8 5.1 5.4 5.7 6. ( 4') MIN(5') (6') (7') (8') (9') (10') (11') (12') (13') (14') (IS') (16') (17') (18') (19') (2 25 (,") '1 V ""'1, r ~ X Y pj y:, )j- M: 0-- ;.-t rrz b ~ tJ .. 50 (2") V / [ r-\ )J: U ;( Y m y:, )j- fy\: cY r-O [? 75 (3") , , V / r rr, U h KX r:;. Y ~ ~ t): K "~ --' .,... 100 (4") / / ~ ~ rY ~ ~ Yr rt rr X ~ ~ 125 (5") , :<0: / / "~ ~ !,1:. tr)- ~ ~ CO Y, n P: 150 (6" , , H J., b )1: b- ;( Y RJ / . "~ ~ 175 (7") / , , / / , "~ ,J:;. .zn :0. ~, ex ~ ~ )-' 200 (8") / / , . I....J ". -Z :::t r-Y n , . . . . . , , . , ' . 225 (9") . . / / "j, h q (r , . -~ " "j", 250 (10" , / / , . .....j I'~ ~ '" -y. , , 275 (11") ,', , , , y / / . , , .. 300 (12", .. .. .. .. , w U <( t... (I) 0: ::> U ..J <( :. 0: o Z OR MORE ;?~< ;?~< :?~ 1 ;?~ I ~ .~/ ,8 'S '" '" '" "'/ ((1) ((1) (;') '6) <' <' <' <' ~O ~O ~O ~O I .[; ,6 .J '" '" '" (J', (<" (')' " / ~~< :?~< .~ '" ((1) <': "', <' '" '" (S) (~) LEGEND: ~ SECTION A-A LANDING = 1200 mm (4') fZj SECTION 8-8 Q SECTION C-C ~ SECTION A-A LANDING = 900 mm (3') - SECTION USAGE & Z VALUES TABLE NORMAL CURB FACE NORMAL CURB FACE 50 mm (2") OR LESS 75 mm (3") 100 mm (4") 125 mm (5") 150 mm (6") 175 mm (7") 200 mm (8") 225 mm (9") 250 mm (10") 275 mm (11") 300 mm (12") OR MORE SECTION A-A Y x 100 mm (4") OR LESS 125 mm (5") 150 mm (6") 175 mm (7") 200 mm (S") 225 mm (9") 250 mm (10") 275 mm (II") 300 mm (12") OR MORE 1200 mm (48") 1500 mm (60") lS00 mm (72") 2100 mm (84") 2400 mm (96") 2700 mm (108") 3000 mm (120") 3300 mm (132") 3600 mm (144") 1790 mm (32") 1185 mm (47") 1580 mm (63") 1975 mm (79") 2370 mm (95") 2765 mm (Ill") 3160 mm (126") 3555 mm (142") 3950 mm (160") 4340 mm (174") 4736 mm (190") TABLE 2 TABLE 3 AMERICAN PUBLIC WORKS ASSOCIATION" SOUTHERN CALIFORNIA CHAPTER STANDARD PlAN METRIC 111-2 SHEET 9 OF 10 CURB RAMP , 2 236 Joe mm (l:n Ts mm ~ ~6 mm (1/'") (,/,") GROOVING DETAIL ~~ ><0 uz Cc ..~ CONSTRUCT FENCE OR HANORAIL--.l ~ER PROJECT DRAWINGS 1 ~lS0 mm (6") RETAINING CURB--... PAV[D su~F'".A.cE ~ ~P"vEO SURFACE ~ETAIL "A" OET AIL "B" '\.. I . \. ) GRADED SlOPE 2:1 ....-- UNPAvED SURFACE MAX.............. ~_ r~ DETAIL "c" RETAINING CURB--.... DETAIL "0" ,.:,.~ .....,'.. '-~ .:.:.- GENERAL NOTES: ,. CONCRETE SHALL BE EITHER CLASS Jl0-C-17 (520-C-2500) OR J20-C-17 (560-0-2500) AND SHALL BE 100 mm (4") THICK. 2. THE RAMP SHALL HAVE A JOO mm (12") WIDE BORDER WITH 6 mm (1/4") GROOVES APPROXIMA TEL Y 19 mm (3/4") OC. SEE GROOVING DETAIL. J. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE. 4. USE DETAIL "A" OR "B" IF" EXISTING SURFACE BEHIND RIGHT OF WAY IS PAVED. 5. uSE DETAIL "C" OR "0" IF" EXISTING SURFACE BEHIND RIGHT OF WAY IS UNPAVED. 6. W;= 900 mm (J') UNLESS OTHERWISE SHOWN ON PLAN. 7. ANGLE = 6/2 UNLESS OTHERWISE SHOWN ON PLAN. B. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF" METRIC UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF" ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PlAN METRIC 111 - 2 SHEET 10 OF 10 CURB RAMP STAKES. SEE S TO. PLAN 518 tJ I SlliEWAJ :!Lt. I ~. !!! ./!! At 02 2"'6 RAISED RIBS ROOT BARRIER WHEN SPECIFIED (SHAPE OPTlONALl. SEE NOTE I. SH. 7 100 mm 14'1 PIPE. TYP. t A ISH. 2.3) 0.15 mm 16 MIL.! POLYETHYLENE FILM. COVER GRAVEL AS SHOWN IN SECTION B-B. SH. 2 B 3 + + TREE SUPPORT TREE LOCATION. SEE NOTE 4. SH. 7 40 mm II 112' OR NO.2) GRAVEL. SEE NOTE 2. SH. 7 60 LITERS (15 GAL.l TREE - DIRT PARKWAY CURB AND GUTTER AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER "ROUUL~:'TED BY THE ?l)5~C ...oRK~ STA.NDARDS INC ~EENeOOK COMMITTEE ,.... REV 1996 TREE PLANTING STANDARD PLAN METRIC 520 - 2 USE WITH STANDARD SPECIFICATIONS FOR PUBUC WORKS CONSTRUCTION SHEET 1 OF 7 NOTE' TOP OF ROOT BALL AND TOP OF ROOT BARRIER TO BE 10 mm lI/2'1 ABOVE FINISHED SURFACE. ROOT BALL FINISHED SURFACE ... '" e e o o '" SECTION A-A (SH. II SYMMETRICAL ABOUT t. ROOT BALL FINISHED SURFACE ... '" e e o o '" SECTION B-B (SH. II CASE I 02 3 SYMMETRICAL ABOUT t. 3 m lIO') LODGE POLE PINE STAKE. SEE STANDARD PLAN 518 PREPARED SOIL MIX. SEE NOTES 2 8 3. SH. 7 ROOT BARRIER PERFORATED 100 mm 1 600 mm (4'124') NONMETALLIC PIPE FILLED WITH 40 mm II 112' OR NO. 21 GRAVEL 0.15 mm (6 MIL.I POLYETHYLENE FILM. OVERLAP 600 mm (24'1 PLANTING HOLE COMPACTED PREPARED SOIL MIX PREPARED SOIL MIX. SEE NOTES 2 8 3. SH. 7 DIRT BACKFILL 40 mm II 1/2' OR NO. 21 GRAVEL 0.15 mm (6 MiLl POLYETHYLENE FILM. OVERLAP 600 mm 124') ROOT BARRIER COMPACTED PREPARED SOIL MIX 60 LITERS (15 GAL.) TREE - DIRT PARKWAY AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER II TREE PLANTING STANDARD PLAN METRIC 520 - 2 SHEET 2 OF 7 CD I .. I ~ I g I N I L____ SYMMETRICAl ABOUT t. TOP OF ROOT BAL.L. TO BE 15 mm 11/2.) ABOVE FINISHED SURFACE ROOT BAL.L. FINISHED SURFACE SYMMETRICAL. ABOUT t. ROOT BAL.L. '" I ~ I ~ I ~ I I L '02 236 3.6 m 02') L.ODGE POL.E PINE STAKE. SEE STANDARD PL.AN 51B PERFORATED 100 mm 1 1220 mm (4'148.) NONMETAlL.IC PIPE FIL.L.ED WITH 40 mm II 1/2. OR NO.2) GRAVEL. ROOT BARRIER PREPARED SOIL. MIX. SEE NOTES 2 AND 3. SH. 7 0.15 mm 16 1I1L..) POL. YETHYL.ENE FIL.M. OVERL.AP 300 mm 112.) AND SEAL. ENDS PL.ANTING HOL.E 0- on COMPACTED PREPARED SOIL. MIX SECTION A-A ISH. Il FINISHED SURFACE DIRT BACKFIL.L. 40 mm II 112') OR NO.2 GRAVEL. 0.15 mm (6 MIL..) POL. YETHYL.ENE FIL.M. OVERL.AP 300 mm 1I2') AND SEAL. ENDS PREPARED SOIL. MIX. SEE NOTES 2 AND 3. SH. 7 ROOT BARRIER COMPACTED PREPARED SOIL. MIX SECTION B-B ISH. Il CASE 2 60 LITERS (15 GAL.l TREE - DIRT PARKWAY STERILE OR CONTAMINATED SOIL AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER TREE PLANTING STANDARD PLAN METRIC 520 - 2 SHEET 3 OF 7 02 236 750 mm (30') OIA. MIN. 550 mm (ZZ') DIA. MIN. t.TREV 100 mm 14') (TYP.) ct ROOT BALL 40 mm (I lIZ' OR NO.Z) GRAVEL. SEE NOTE ZA, SH. 7 ROOT BARRIER WHEN SPECIFIED ISHAPE OPTIONAL) SEE NOTE I, SH. 7 RAISED RIBS PREPARED SOIL MIX. SEE NOTES Z AND 3, SH. 7 POL YETHYLENE FILM PLAN TOP OF TREE WELL COVER. SEE NOTE I PREPARED SOIL MIX t. TREE Th 40.rnm (I 112' OR NO.21 GRAVEL e e e _ e 0;" 0:; 2 - It')_ , TOP OF POLYETHYLENE FILM ROOT BARRIER E e o :"" ROOT BALL 40 mm II I/Z' OR NO. Z) GRAVEL 900 rnm (36') HIGH 0.15 mm (6 MIL.) POLYETHYLENE FILM OVERLAP 600 rnm (Z4') N :: I 750 mm 130') DIA. MIN. I SECTION C-C CAS E 3 60 LITERS (5) GAL. TREE - SIDEWALK TREE WELL COMPACTED. PREPARED SOIL MIX TO BOTTOM OF ROOT BALL BOTTOM OF POLYETHYLENE FILM NOTES' I. SEE STANDARD PLAN 519 FOR SIZE OF TREE WELL AND COVER. Z. USE 3 m (10') LONG LINEAL ROOT BARRIER WITH CASE I AND CASE 2 TREE WELL PER STANDARD PLAN 519. 3. FOR TREE STAKING. SEE STANDARD PLAN 518. 4. FOR STERILE OR CONTAMINATED SOIL: USE 900 rnm 136') HIGH ROOT BARRIER. IIZ5 rnm (45') HOLE DEPTH AND 1350 mrn 154') HIGH POLYETHYLENE FILM. POLYETHYLENE FILM TO COVER GRAVEL BELOW TREE WELL COVER AND PROTRUDE THROUGH OPENING IN COVER 15 mrn (l/Z"). OVERLAP 300 mrn (lZ') AND SEAL ENDS. 5. SEE SH. 6 FOR PLANTING 600 mm (Z4') BOX TREE IN SIDEWALK TREE WELL. AMERICAN PUBLIC WORKS ASSOCIATION. SOUTHERN CALIFORNIA CHAPTER TREE PLANTING STANOARD PLAN METRIC 520 - 2 SHEET 4 OF 7 STAKES 0.15 mm (5 MIL.) POLYETHYLENE FILM COVER GRAVEL AS SHOWN. SEE DETAIL 'A' Dt PLAN BOX SIZE ABC 0 D. 600 mm 1200 mm 950 mm 125mm 50 mm 175 mm (Z4') (4B') (~B') (5') IZ') (7"). 750 mm 1500 rnm IZOO mm .150 mm 55 mm ZZ5 mm (~O') ISO') 148') IS') IZ I/Z') 19"). 900 m 1800 rnm 1450 m 175 mm 85 mm Z75 mm (~S') (72") 158') 17') I~ 1/4') (II'). 1050 mm 2100 mm 1700 nun 200 m 100 mm 325 mm (4Z') 184') ISB") (8'1 (4'1 O~'). 1200 mm 2400 mml95D mm 225 mm 120 mm ~75 mm (48') (95') (7B'1 19'1 4 ~/4') OS'). .FOR SOUARE ROOT BARRIER E E 0& on- DETAIL "A" FINISHED SURFACE DIRT BACKFILL 40 mm 0 1/2' OR NO.2) GRAVEL POLYETHYLENE FILM ROOT BARRIER PREPARED SOIL MIX A 8 C (TYP.) RAISED RIBS PREPARED SOIL MIX ROOT BARRIER WHEN SPECIFIED (SHAPE OPTIONAL) PERFORATED PIPE, TYP. to ISH. 61 TREE SUPPORT TREE, CENTERED 40 mm (I I/Z' OR NO. Z) GRAVEL DRAIN HOLE, SEE DETAIL '8' FINISHED SURFACE ROOT BALL BOTTOM OF PLANTING HOLE DRAIN HOLE FILLED WITH 40 .... o I/Z' OR NO.2) GRAVEL AT EACH CORNER OF PIT 4. USE ~OO mm OZ') SO. FILTER CLOTH OVER TOP. --1 1150 mm (5') DETAIL .B. (USE FOR CASE 5 ONL YI BOX TREE PLANTING STANDARDS NOTES' I. FOR TREE STAKING, SEE STANDARD PLAN 518. Z. OVERLAP POLYETHYLENE FILM SOD mm 124'1. FOR STERILE OR CONTAMINATED SOIL, OVERLAP POLYETHYLENE FILM ~OO rnm OZ') AND SEAL ENDS. ~. OPTIONAL - INSTALL MOISTURE SENSING DEVICES IN ROOT ZONE. PER MANUFACTURER'S INSTRUCTIONS. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER TREE PLANTING STANDARD PLAN METRIC 520 - 2 SHEET 5 OF 7 DIRT BACKFILL 40 mm (I lIZ' OR NO.Z) GRAVEL PREPARED SOIL MIX. SEE NOTES Z AND 3. SH. 7 6 ROOT BALL FINISHED SURFACE .. 0.15 mm 16 IIIL.) POLYETHYLENE FILII. TYP. ROOT BARRIER. TYP. SEE NOTE I. SH. 7 PERFORATED NONMETALLIC PIPE FILLED WITH 40 mm II lIZ' OR NO.Z GRAVEL TYP. lDIA.-J LENGTH-H) PLANTING HOLE COMPACTED PREPARED SOIL IIIX TO BOTTOII OF ROOT BALL NOTE' TOP OF ROOT BALL AND TOP OF ROOT BARRIER TO BE 15 mm (112') ABOVE FINISHED SURF ACE. FOR PLANTING 600 mm (Z4') OR 750 mm (30') BOX TREE IN DIRT AREA 40 mm (I liZ' OR NO.ZI GRAVEL PREPARED SOIL MIX. SEE NOTES Z AND 3. SH. 7 CASE 4 SECTION D-D (SH. 5) BOX SIZE ROOT BALL FINISHED SURFACE ~ 0.15 mm (6 MIL) POLYETHYLENE FILII. TYP. ROOT BARRIER. TYP. PERFORATED NONMETALLIC PIPE FILLED WITH 40 mrn II lIZ' OR NO.Z) GRAVEL TYP. lDIA.=J LENGTH=H PLANTING HOLE COMPACTED PREPARED SOIL MIX UNDISTURBED NATURAL GROUND CASE 5 SECTION D-DlSH.5) FOR PLANTING 900 mm (36') - IZOO mm (48') BOX TREE IN DIRT AREA TOP OF POLY- ETHYLENE FILM 40 mm (I lIZ' OR NO.ZI GRAVEL TOP OF TREE WELL COVER '- TREE 40 mm (I liZ' OR NO.2) GRAVEL E E E E 0'- ~~ .... "'~ .. K M 750 nun 575 nun 130') 12S') 950 nun 575 nun 12S') 400 nun I' ROOT BARRIER. SEE NOTE I. SH. 7 PREPARED SOIL MIX ROOT BALL 0.15 mm (6 MIL.) POL Y- ETHYLENE FILM COMPACTED. PREPARED SOIL MIX TO BOTTOM OF ROOT BALL. SEE NOTES 2 AND 3. SH. 7 BOTTOM OF POLYETHYLENE FiLM ~. o -$' t' ."\ ~O I SECTION D-DlSH. 5) FOR PLANTING 600 mm 124') BOX TREE IN SIDEWALK TREE WELL I CASE 6 BOX TREE PLANTING STANDARDS AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER II TREE PLANTING STANDARD PLAN METRIC 520 - 2 SHEET 6 OF 7 '0 2 , 3 6 NOTES I. ROOT BARR IERS WHEN SPECIFIED ON PROJECT DRAWINGS OR IN PROJECT SPECIFICATIONS. SHALL BE FABRICATED FROM A HIGH DENSITY AND HIGH IMPACT PLASTIC SUCH AS POLYVINYL CHLORIDE. ABS OR POLYETHYLENE AND HAVE A MINIMUM THICKNESS OF 1.5 mm 10.06'). THE PLASTIC SHALL HAVE 15 mm 11/2') TO 20 mm (3/4') HIGH RAISED VERTICAL RIBS ON THE INNER SURFACE SPACED AT LEAST 150 mm 16') BUT NOT MORE THAN 200 mm (8') APART. 2. PLANTING SHALL CONFORM TO SUBSECTION 308-4 OF THE STANDARD SPECIFICATIONS, EXCEPT THAT PREPARED SOIL MIX SHALL BE COMPACTED. AND 40 mm 0 112' OR NO.2) GRAVEL PLACED, TO BOTTOM OF ROOT BALL LEVEL PRIOR TO PLANTING TREE. 3. PREPARED SOIL MIX: A. INITIAL PLANTING (NEW OR REPLACEMENT) (I) CLASS A TOPSOIL 50% (2) NITRO HUMUS. TOPPER, OR EQUAL 20% (3) PINE BARK 12% NITROGEN FORTIFIED) 30% UP TO 50% -0 mm (0') TO 3 mm 0/8') AND UP TO 50% - 6 mm 11/4') (4) DRY TYPE WETTING AGENT 1.2 Ko/m3 12 LB/CY) IS) UREA FORMALDEHYDE 1.2 Ko/m3 (2 LB/CY) (6) MIN. 21-GRAM 21-10-5 FERTILIZER TABLETS OR 12-8-8 CONTROLLED RELEASE TABLETS IN QUANTITIES RECOMMENDED BY THE MANUFACTURER. PLACED IN THE TOP 1/3 OF THE SOIL MIX AROUND THE ROOT BALL. (7) FERRIC CHELATE 0.6 Ko/m3 0 LB/CY) (8) SYNTHETIC POLYACRYLAMIDE. A GRANULAR POLYMER ABSORBENT: TO BE PRE-SOAKED IHYDRATED) AND INCORPORATED INTO THE SOIL MIX DIRECTLY BENEATH - THE ROOT BALL IN QUANTITIES RECOMMENDED BY THE MANUF ACTURER. B. REPLANTING ONLY (I) PREVIOUSLY AMENDED SOIL 90% (2) NITRO HUMUS, TOPPER OR EQUAL 10% (3) DRY TYPE WETTING AGENT 1.2 Kg/m3 (2 LB/CY) 4. PARKWAY TREE PLANTING: A. CENTER TREE BETWEEN SIDEWALK AND CURB. B. WHERE THERE IS NO SIDEWALK, PLANT TREE 450 mm 08') BEHIND CURB. C. WHERE PUBLIC RIGHT OF WAY IS AVAILABLE AND SIDEWALK IS ADJACENT TO CURB. PLANT TREE 900 mm 13') BEHIND BACK OF SIDEWALK. D. PLANTING OF TREE SUBJECT TO THE FOLLOWING MINIMUM CLEARANCES: Q. 15 m (50') FROM BCR ON THE APPROACH TO AN INTERSECTION AND 4.5 m OS') FROM THE ECR ON THE EXIT SIDE. b. 6 m (20' I FROM LIGHT STANDARDS. c. 3 mOO') FROM FIRE HYDRANTS AND DRIVEWAYS. d. 1.5 m (5') FROM HOUSE WALKS AND UTILITY METERS. E. LOCATION OF TREE SUBJECT TO CHANGE AT THE DIRECTION OF THE ENGINEER. 5. DIMENSIONS SHOWN ON THIS PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACT EQUAL VALUES. IF METRIC VALUES ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH UNITS. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER TREE PLANTING STANDARD PlAN METRIC 520 - 2 SHEET 7 OF 7 ______~____._._.u'..m'_..~___"_..,____."____.._'_..,,.,._.._~...~'W_"~ AGREEMENT 52 '02 2~S AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this d:L- day of J..A\:1 2002, between the City of San Bernardino (hereinafter "City"), and \<w>~C"\a\ "Cllr~ S-,~ l~' Tl\L (hereinafter "Contractor"). I. 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 CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT V ARIOUS LOCATIONS in strict conformity with Plans and Special Provisions No. 10436, and also in accordance with Standard Specifications for Public Works/Construction, 2002 Edition, on file in the Office of the City Engineer, Public Works Division, Department of Development Services City of San Bernardino, which said Special Provisions and Standard Specifications are hereby especially referred to and 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 obstructions 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. 3. 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 discrimination 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 discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. '02 2?-~ AGREEMENT: CONSTRUCTION OF DISABILITY ACCESS RAMPS AND SIDEWALK (PHASE IV) AT V ARIOUS LOCATIONS 4. 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 hereby 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. 5. 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 of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these present have hereunto set their hands the year and date first above written. CONTRACTOR CITY OF SAN BERNARDINO BY:~Y~C~ 'Clronrs C Rit::f' TITLE: 'Y<(~\de('\+- ITH V ALLES, Mayor City of San Bernardino Name of Firm: -,- ,,-\-<-n\Cli\cl'\nD (lh1)('if\{?1\\- ~)\\A-nCI\~.:rn <.. BY: ATTEST: MAILING ADDRESS: 'V .() .fu'>l \0\5n SJ.\\ '&:n'll.vCl'lno. C1\ QZLlZ3 ~ l-efrj)i'~ RACHEL CLARK, City Clerk bp .JanclMv^YJ1lci.1~L! fJrmtg PHONE NO.:&j) lqq- 2\0\ APPROVED AS TO FORM AND LEGAL CONTENT: JAMES F. PENMAN, City Attorney 1 I ~l/ C'1.S')o,~ BY: " .. 02 216 THE AMERICAN INSTITUTE OF ARCHITECTS I Bond I: 08646785 Premium: $1,555.00 AlA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Colonial American Casualty and Surety Company 130 W. Vine St. Redlands, CA 92373 International Pavement Solutions, Inc. P.O. Box 10458 San Bernardino, CA 92423 OWNER (Name and Address): City of San Bernardino 300 N. "D" St. San Bernardino, CA 92418-0001 CONSTRUCTION CONTRACT Date: July 15, 2002 Amount: $62,200.00 DescriptioniName and location): ADA Access Ramps and Sidewalks per plan I: 10436 BOND Date (Not earlier than Construction Contract Date): July 24, 2002 Amount: $62,200.00 Modifications to this Bond: 10 None o See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) International Pavem.ent Solutions]! Inc. Signatur ~p, :I' ~~ C ~. . Name and Title: Dennis C. Rieger, President (Any additional signatures appear on page 31 SURETY Company: Colonial (Corporate Seal) Casualty and Sur Y Cpmpany . ' /;,;; Signature: \.::: 1M, ,1:)/' . Name and Title: t1 Karen Jean Bjornestad, Attorney In Fac~ (FOR INFORMATION ONL y~Name, Address and Telephone) AGENT Dr BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AlA DOCUMENT A312 . PERFORMANCE BONO AND PAYMENT BOND. DECEMBER 19/Yl EO. . AlA 'Ii) THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW., WASHINGTON, D.C. 20006 __ __...TO.."" _ ...nru10ll7 A312.1984 1 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Su rety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor. dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, 10 be secured wilh performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for 02 2"6 which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and jf the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non.perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ~ ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AlA DOCUMENT A312 . PERFORMANCE. BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA 'Il: THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVL. NW", WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 A312-1984 2 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con. forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEfINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOllOWS: 02 236 tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re. duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con. tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig. nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: In~erna~ional Pavemen~ ICorporale Seall Solutions, Inc. Signature: OOr, ",C~ Name and Title: Dennis C. Rieger, esident Address: P.O. Box 10458 San Bernardino, CA 92423 SURETY Company: Colonial ICorporate Seal) American CAsualty and Surety Company ~!rxh7i Attorney In Fact AlA DOCUMENT 1\312' PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA ~ THE AMERICAN INSTITUTE OF ARCHITECTS. 17]5 NEW YORK AVE., N.W., WASHINGTON, D.C. 200Ufl THIRD PRINTING. MARCH 1987 A312-1984 3 02 236 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICA~ CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice Presi'p~~d J. G. HAMILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the _~~~ of said C$)~y, which are set forth on the reverse side hereof and are hereby certified to be in full force an~~ on the d~\~( does hereby nominate, constitute and appoint Richard Allen BEALL and Karen Jean BJ~@~ AD, bot~dlands, California, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, .5a~"!l'aeliver, f;0f>".a1jJ'S6;; its behalf as surety, and as its act and deed: any and all bonds and undertakings, each ~~ ~nalty not ~""exceed the sum of SIX MILLION DOLLARS ($ 6,000,000) and the execution of such bonds-<<t"""'dertaki~s~ ~rsuance of these presents, shall be as binding upon said Company, as fully and amply, to all ~iiJ\;s and pu~~ as if they had been duly executed and acknowledged by the regularly elected officers of the Com~y at its omc~ \Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby c~~ the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Comp~itis now in force. IN WITNESS WHEREOF, ~;Yvice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 7th day of September, A.D. 2001. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 6.b~ By: Assistant Secretary Paul C Rogers ~ J G. Hamilton Vice President State of Maryland } County of Harford ss: On this 7th day of September, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMILTON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~~. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 POA-F 186-0016 02 236 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Date .PtJi,-u State of Californ~ County of J(Uc [}y ylCtY dJJ1JJ JlJ !2~ ?OD~ On 1 I' personally appeared :J( personally known to me :J pre'leg t9 FAa 61, ti,t Basis sf 'Iytid!:lr"~ory Qvidonce ~'i- - - - =En~i:- J ~' ......., Public - CalifDmlll f J ~ San Bernardino ~_~f J,.....;:1.~ Gc .,.. t:~ ~1_13. 2m5 to be the person\6l whose namelel is/_ subscribed to the within instrument and acknowledged to me that Il<i/she~ executed the same in ~/her/t~ authorized capacity(.....), and that by l>i<lIher/l!>eif signatur~ on the instrument the person~, or the entity upon behalf of which the perso$) acted, executed the instrument. OPTIONAL 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. Description of Attached D~ment Title or Type of Document tCy-ftv rnOlMte. Document Date: J ~I ?oDtl- Signer(s) Other Than NameJAbove:~nt~ t. '~L J el'~; of Pages: J Capacity(ies) Claim?9 by Signer Signer's Name: tw Uc JCl1tc ~oynls+al... . Top of thumb here I_I Individual o Corporate Officer - Title(s): 1.J Partner - C Limited C General ;>i Attorney-in-Fact IJ Trustee n Guardian or Conservator I~ Other: (\ Signer Is Representingl. 1 ,I I ~ ~~~~_ '.l atsworth, CA 91313-2402' www.oationalnotaryor9 Prod No. 5907 Reomer: Call Toll-Free 1-800-876-6827 02 236 THE AMERICAN INSTITUTE OF ARCHITECTS I Bond ,: 08646785 Premium: Included in ferfommance Bond premium. AlA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): International Pavement Solutions, Inc. P.O. Box 10458 San Bernardino, CA 92423 OWNER (Name and Address): City of San Bernardino 300 N. "D" St. San Bernardino, CA 92418-0001 SURETY (Name and Principal Place of Business): Colonial American Casualty and Surety Company 130 W. Vine St. Redlands, CA 92373 CONSTRUCTION CONTRACT Date: July 15, 2002 Amount: $62,200.00 Description (Name and Location): ADA Access Ramps and Sidewalks Per Plan #: 10436 BOND Date (Not earlier than Construction Contract Date): Amount: $62,200.00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) International Pavement Solutions, lye. Signature.eGO.. ,......::. c~ Name and Title: Dennis C. Rieger, President (Any additional signatures appear on page 6) July 24, 2002 IltJ None D See Page 6 SURETY Company: Colonial Ameri (Corporate Se~1) Casualty and sur~Jcompany 161 fkLdJ Signature: Name and Title: Attorney In Fact (FOR INFORMATION ONL Y-Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): A.IA DOCUMENT A312' PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 EO. . AlA Jt THE AMERICAN INSTITUTE OF ARCHiTECTS, 1735 NEW YORK AVE., NW" WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 A312-1984 4 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends. indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor. materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. and provided there is no Owner Default 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly. for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof. to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof. to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 02 236 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner. within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Payor arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond. they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the OWner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AlA DOCUMENT A312. PERfORMANCE BOND AND PAYMENT BOND. DEGMBER 1984 ED_. AlA'"'; THE AMERICAN INSTITUn OF ARCHITECTS. 1735 NEW YORK AVE, NW, WASHINGTON, OL 20006 THIRD PRINTING. MARCH 1987 A312-1984 5 Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita. tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 02 236 Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: International Pavement (Corporate Seal) Solutions~ Inc.. ~t? ' /':> ~ ' Signature: '<:.../0./1 r.... ..L_ ~ ~ Name and Title: Dennis C. Rieger, P dent Address: P.O. Box 10458 San Bernardino, CA 92423 SURETY Company: Colonial Amer.can Casualty (Corporate Seal) and Surety Company f~ Signature: Name and Tit e: Kare Address: 130 W. Vine St:. Redlands, CA 92373 AttoTlley In Fact AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND 0 DECEMBER 1984 ED. . AlA @ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 A312.1984 6 02 23& Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICA~CASUAL TY AND SURETY COMPANY, a corporation ofthe State of Maryland, by PAUL C. ROGERS, Vice PresW~~d J. G. &\MILTON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of theY("~*, of said C~y, which are set forth on the reverse side hereof and are hereby certified to be in full force an~~ on the d~\~ does hereby nominate, constitute and appoint Richard Alien BEALL and Karen Jean BJQQ$S1' AD, bot~dlands, California, EACH its true and lawful agent and Attorney-in-Fact, to make, execute,~aPin"!faeliver, {0~~'6~ its behalf as surety, and as its act and deed: any and all bonds and undertakings, each ~~ ~nalty not ~~Xceed the sum of SIX MILLION DOLLARS ($ 6,000,000) and the execution of such bonds~'~dertaki~s~~rsuance of these presents, shall be as binding upon said Company, as fully and amply, to all ttnl1i\ts and pu~~ as if they had been duly executed and acknowledged by the regularly elected officers of the Comjiry at its omc~ \Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby ~~~ the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Comp~(hs now in force. IN WITNESS WHEREOF, ~~Vice-president and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 7th day of September, A.D. 2001. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~.:h~ By: Assistant Secretary Paul C. Rogers ~ 1. G. Hamilton Vice President State of Maryland } County of Harford ss: On this 7th day of September, A.D. 200 I, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and J. G. HAMIL TON, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~~. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 POA-F 186-0016 02 236 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT ~ State of Califon~t County of JI.Mt ~V ({i VtD } ss On Dl'personally known to me ~. I proved to me on thA h.qc:.ic: nf c:::.tid"rt9ry EWiaeMeC" ~- - - - ~:D~~~-~ ~ c......... ;on'1313117 z i. NcUry Public. California ~ l San Bernardino County My Comm E>;lires Jul13. 2IXl5 -- -' ."."' - . to be the personf<+ whose name(st is/_ subscribed to the within instrument and acknowledged to me thai i>llIshe/ti'ley executed the same in .f;He/her/tMir authorized capacity(ies1, and that by .lli&'her/their signaturef8l on the instrument the person~, or the entity upon behalf of which the person~) acted, executed the instrument. Signalureof Notary Public OPTIONAL 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. Description of Attached Doc Number of Pages: j Document Date: JbJ., i S' t. 'fjf% Capacity(ies) Clai:n1d by Sig~r . Signer's Name i((1V Ul- J e,O\M... %ov Y1e~f ~L Signer(s) Other Than Named Above: . Top of thumb here 1 1 I IJ Individual c:: Corporate Officer - Title(s): i ] Partner - LJ Limiled II General ll" Attorney-in-Fact cJ Trustee L Guardian or Conservator cJ Other: Signer Is Representing~oiJ)mfYll'JAA.fhS1,tIl''b rMto.d.. fu.y-t~ Prod. NO 5907 Reorder: Call Toll-Free 1.800.876.6827 rg 1999 National Notary Association' 9350 De SotoAve., P.O, Box 2402' Chatsworth. CA91313-2402' www,nationalnotary.org I I i I ,I '0 '2. '2 6) 6 . NeitClerh WHOLESALE INSURANCE BROKERAGE, INC August 15,2002 Holly Behrens Beall Financial & Ins. Svcs, Inc. 130 W. Vine SI. Redlands, CA 92373 Fax # (909) 792-0159 RE:. INTERNATIONAL PAVEMENT SOLUTIONS, INC. POLICY #: RM01-2029401 TERM: 811312001 TO 811312002 Dear Holly, Beall Financial and Insurance Services, Inc. Has the authority to issue certificates of insurance for our carriers. Richard Beall also has the authority to sign the certificates of insurance issued by Beall Financial and Insurance Services, Inc. Should you have any questions, please don't hesitate 10 call me. Thank You, Jack Robinson for Dennis Clemente 7'l42 North FIgueroa St. * Los Angeles, CA 90041 * Phone: (323) 258-2600 * Fax; (323) 258-2676 Calif Ucense It OA71B53 * www.nell:clem.com 02 2',3 0 n....vl"\u "'...., . II '''''I'''''\..~"",. "'II"\U''-' . . 1I"~UnJ-\I'III\JE: I ......10\'............"1 .";1 'N 08/01/2002 PR.\I0UCER (909)792-2345 FAX (909)792-0159 'IS rAMAII"KQF ~'~' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Deall Insurance Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 130 W. Vine Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Redlands, CA 92373 INSURERS AFFORDING COVERAGE INSURED INTERNATIONAL PAVEMENT SOLUTIONS, tHe. INSURER A: ROYAL SURPLUS LINES INSURANCE COMPANY P. O. BOX 10458 INSURER 8; Safeco Business Insurance SAN BERNARDINO. CA 92423 INSURER C. INSURER 0: I IN&.IRER 1:::: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE liMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POUCY NUMBER DATE (MMIDCIYV} DATE (MMIOOIYV) LIMITS GENERAL uABIUTY ~2HA121070 08/13/2002 08/13/2003 EACH OCCURRENCE S 1.000.OO( ~ COMMERCIAL GENERAl LIABILITY FIRE DAMAGE (Anyone f",) S 100, DOl I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) S S.OQ( A PERSONAL &ADV INJURY S I,DOO,OQ( f- GENERAL AGGREGATE S 2.000.00( f-- PROOUCT5.COMP~PAGG S GEN'L AGGREGATE LIMIT APPLIES PER: l,aOO,OOI h-fil- ;RO. n POLICY X JEeT LOC AUTOMOBILe UABII..ITY lCGllS921-10 08/13/2002 08/13/2003 COMBINED SINGLE LIMIT rx- ANY AUTO lea <leddenl) S 1. 000,001 - ALL OWNED AUTOS BQDll Y INJURY - [Perper.;on) S SCHEDUL(O AUTOS B X HIRED AUTOS BO01L Y INJURY X (Per a~cdenll S NQN.OWNEO AUTOS - PROPERTY OAMAGE S If'er9ccidel'll) GAAAGE L1AB1UTY AUTO ON'- Y - EA ACCIDENT S ~ ""'V AUTO OTtlER THAN EAACC S AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE S ~OCOJR o CLAIMS MADE AGGREGATE. S S ~ ~OUCTI.LE S RETENTION S . WORKERS COMPENSATlON AND I TORYLOAlTS I I'ER EMPlOYERS'lIA81UTY E.L. EACH ACCIDENT S E.L. DISEASE. EA EUPlOYE S E.l. DtsEASE. POLICY LIMIT . OTHER OESCRIPTlON Of OPERAT10NSlLOCAnONSNe:H1ClESIEXClUSKlNS ADDED BY ENDORSEMI :NT/SPECIAL PROVISIONS "going operations of the named insured. Certificate holder ;s named as additional insured per t"tC!ched CG 2010 11/85. as required by contr-ac t. E' Construction of Disability Access Ramps and Sidewlak (Phase IV) at Various Locations. CERTIFICATE HOLDER - I I AOOmONltlINSURED; INSURER LETTER CANCELLATION SHOUlD ANY OF THE ABOVE DESCRIBED POUCI&S BE CANCELLED BEFORE l1tE EXPlRAllON DATe THEREOF, niE ISSlING COMPANY WILL ENDEAVOR TO MAil City of San Bsr-nar-dino Development Ser-viees Publ; c Works Division --Ill- DAYS WRITTEN NonCE TO THE CERT1RCATE HOLDER NAMED TO THE LEFT, Attn: Raymond Case.y BUT FAILURE TO MAIL SUCH NonCE SHALL IMPOSE NO OBUGAT10N OR UABILITY 300 North 0 Street OF ANY K.IND UPON THE COM1'AtN,ITS AGENTS OR REPRESENTATIVES, Son Bernardino, CA 92418-0DOl AUTHORIZED REPRESENTATIVE _ --) ~ /IN it f I Richard 8ull U:.lf!/Ii!/I,( ,-~ 'I FAX: (900)384-5155 02 230 THIS ENDORSEMENT CHANGES THE. POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - <<;:lWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF SAN BERNARDINO (Ifno entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Such coverage as afforded by this policy for the benefit of the additional insured(s) shall be primary and any other insurance maintained by the additional insured(s) shall be non-contributing with the coverage provided under this policy. Named Insured: INTERNATIONAL PAVEMENT SOLUTIONS, INC. Policy Number: K2HA121070 Policy Period: 08/13/02 to 08/13/03 Authorized Representative: 'v~l ChiUC[ fua,llRichard Beall, Authorized Rep. (Signature) (Name & Title) CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984 02 236 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1;~~~~.qQA.,%~.Q"'5!'l~O~~&~;Q~..CQ:..e~G~<'~{~~{.~~~~~Q.:&i.~.Q:;&f'J;;.~~_~:Cf:.~0j~~"W:~~~~, ~ ~ ~,;,: SlateofCalif~rnia, ,} ~.,.'I ~ (\, 0" " r. " 0] ,In n ss, t<< ~ Countyo! \ .'~ ' '~ Ill,' ~ftl't' \LJ.. \ gt JD1l't"';";' It\~>_" ':ler' !l.Sbt,1..~~ I,. ;:< personally'''ppeared ----K1...LtJ lAy C ~L . ~ 1 "'am,":!l "I ~ ~ 3[ personelly known to me ~ ~ C ~re..d to me eR the __01 saliolaaloPJ ~ ~ ~~eA~ I <I'~'.. to be the person{sj whose name(61 islaFe ~,' ,..', . . subscribed to the within instrument and )3 ~. '. acknowledged to me that.he/shelthey executed ~ 'f' the same in his/~ authorized ~ ~ capacity(ie8j, and that by hislhel/tlleir ~ .~ _ _ _ _ ~: ~ _ _ _ _I sjgnature(~ on the instrument the person(.g.), or @ ~ '. .,_ .1N'IE1lIClGNSCN the entity upon behalf of which the person~) ~ ,~ 1 11- . "1.,3,3117 i'd, executed the',in,strurnent, ~ ~ ,_ _ ..,50~r /~rr~ll m~~6'l\f{ialr~ ~ ~ ~ L - /" ," l\illk'~ /tJl V\...- ~ ~ SIglla!UPlIllNlllary~ ~ ~ :rIONAL ~ ~ Though the information below is not required by faw, it may prove valuable CO persOtUJ relying on the docUlllBnt and could prevent ~ i Description of Atta;::~..mo'aJ""d"""'chmentO(...(om>".no""'r"""""'ent I W ~ I ~~~ I I CO"""".., ""'m_ ~1-. j I i,:'.,,:," :7'.::' 1::, r.~ CM, l;fClli~ .___ ~I,t: ~ [J Corporate Olliesr -litie(s): ;i$ ~ C Partner - 0 Limited ::::; General ~ ~ ~~~t::-in-Fact I cl' I ~ 0 Guardian or conservat?{ ~ Ii + f) '11 L Y , ii' It \.10 ~ ~ y\Olher. .. ,I ~,' ~ ~ l ~ ~ @ I Signer Is Representing' , I: 1;' Ii '\ ~. I i ~ I \, I 1~ eC ~ ~ \'UI/1 '1 ?,i. 1i'L'OO:~~~~t,<,:=~~~-4<!. &b=J,;=<;~~~-Ji-~~~';{;'i'!v~""(;,,~,,,~'<WJt C1gggNal_'Nl;I\lUy~.93500.SotoAw. PO BM2'll2.~';.;;'g1313-2402'_nllIionBlnolaly0l\l Pru:l No 51107 Reortfnr.CelToI.FllIllll!DH76-6827