Loading...
HomeMy WebLinkAbout0650-15_Fontana Auto Mall_2.3Q Aft Consulting Engineers TO: Cl OF / r-oNTANA DATE:.3/Zy nth Qa eVELOPMriUr &-6UG ATTN: JOB NO: PROJECT NAME:�oNT PcMp�LL ❑ Enclosing ❑ Per your request ❑ Via UPS Other ❑ Via messenger ❑ For your review ❑ Via Overnight Mail i ND 4045UVA92F� ❑ FedEx. or ❑ Exp. Mail DESCRIPTION: • 0IJ9 , SAC' O� (�FG01(LI,� a(LPrwi�J65 GtiJ /bt tA/2 Y PCJ D�1 50f d F l NSM-nwz`S- C "11lledr REMARKS: II�P.S� IGGGo(Lp �%�w�n�ds Rey �ar2, vv2 cv s G, V 71c�,Ks SIGNED: ❑ Pasadena Office ❑ Irvine Office ❑ Palm Springs Office 3280 East Foothill Blvd., #350 One Jenner Street, #200 3001 Tahquitz Canyon Way East, #200 Pasadena, CA 91107 Irvine, CA 92618 Palm Springs, CA 92262-6901 (818) 683-0066 (714) 727-7099 (619) 320-4220 FAX (818) 683-0060 FAX (714) 727-7097 FAX (619) 320-3580 ❑ Camarillo Office ❑ San Diego Office ❑ San Bernardino Office 900 Avenida Acaso, Suite K 11770 Bernardo Plaza Court, Suite 116 225 West Hospitality Lane, Suite 206 Camarillo, CA 93012 San Diego, CA 92128 San Bernardino, CA 92408 (805) 388-2344 (619) 673-5505 (909) 381-3666 FAX (805) 388-3082 FAX (619) 673-1610 FAX (909) 381-4176 3 A xrowhead ','Management Group r , October 26, 1999 Hand Delivered Greg Bucknell - City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Re: Fontana Auto Mall On -Site Sewer for Parcel Map 14518 Subj: Recommendation for Award of "Contract Dear Greg: Enclosed please find the following documentation for the above referenced public bid received in the City of Fontana City Council Chambers on October 21, 1999. 1.) City.of Fontana Bid Tally Sheet. 2.) Copy of K.A.S. Equipment & Rental, Inc. Bid Proposal and bid bond as submitted on October 21; 1999. 3.) Summary of Bidder's Tabulations and Engineers Estimate. 4.) Arrowhead Management Group's checklist for Review of Low Bidders Bid Proposal. 5.) • Copy of Proof of Publications of Invitation to Bid. 6.) Status of Contractor and Subcontractor License. We received seven (7) bids for this work and K.A.S. Equipment & Rental, Inc.'s bid of $43,687 is the apparent low bidder. The, Engineer's Estimate for the work is $45,447. We have evaluated K.A.S.' bid proposal, experience and additional information and have summarized our findings on the enclosed `Bidder's Checklist". We have also checked each bidder's bid schedule for accuracy and find them to be accurate. After considering the above matters and information received, it is Arrowhead Management ARROWHEAD MANAGEMENT GROUP • 190 North Arrowhead Avenue • Suite E • Rialto, California 92376 • Phone: (909) 873-9669 • Fax: (909) 873-9661 Greg Bucknell Page 2 October 26, 1999 Group's opinion that K.A.S. Equipment &.Rental., Inc. is the "lowest responsible bidder" and we recommend that the City of Fontana RDA award the contract to K.A.S. Equipment & Rental, Inc. If we can provide additional information please let us know. Sincerely, i A OW,HE AiVA x, M ENT GROUP ' GRS:Icpv Enclosures 4kw1 iK {" +' EQUIPMENT AND RENTAL, Wt. Xl (� 1i .Y�• �' QClou�r 26, 1999 ' J a � `t tt :Aedeveldp?rent agency � x '�t r �` y �y C a` Mr Ulm Saitts dtn n g. Fonta�'ta auto Mail On -Site Sewer Mr. ,Sams, K ,tinr xe Case an Nir, D4r) ]McKee will bens &o ated With the'' ov .; t1 tied preect "both have mmy years eXpenence t ie c oaf 1 tY y; : +,, ,P.. Se,ver Mains p, j{4 "ase �Jdt ,ed gar . .Teich, Inc:, in I'omot a ftX Sc�?eras y t` c over �5 years e*Heppe Witli the instatiitiort ' s 'ater and tc n 15rattis far i� iv City. and County ? ertei S, _ f M y� d a1 t ro S[ kf a' z , as[suo-rint6aelit dtirhv the instailatio- oI tl�e $ v e t IVlall Project. W r i1eritaerieri�gCct-to'cKee workcd 0 i ��` � '� ��� has � veers �xp�t`i�r�cc with inst�ilt�� Serer �i�s b ,x . a P sect fatlic San' Bernardi o Pla0d . ntrol stt�cl t�t sS i s�• ` tl 9 basin whz,:h invOltied the installation ofV C.P. Sewcr quip�rent & Retlta.l,�Inc, is very c rifi nt c�fthe vel �f TO S �s 1c tE'4G MOP. hlav� regatdinV.C.Y. installingS.e 7r Cott hive any' q`destiot s, please call one at ttly office A t+az erely, .Jf' ',. � 1F,1 ♦a t t,,�``� fryer Ay., �', i 2 a: # "4 ';.�,�) `� � gUipi'r e1�t`c F Cl1al, lnc: 4 fa+,} Jj ten( , i CITY OF FONTANA BID TALLY SHEET BID OPENING DATE: 10-21-99 TIME: 2:00 p.m. LOCATION: City Hall, Council Chambers, 8353 Sierra Avenue, Fo a, SUBJECT: Fontana Auto Mall on Site Sewer COMPANY NAME ADDRESS BOND INS AM I. and C Underground 1813 11. Rose St. �3�y�a-' Burbank, CA 91505 2. B R 0 Construction 145 �1. 10th Ave. ✓ O �$� C�1?' Upland, CA 91786 3•Sean 11alek Engineering 3772 Brennan Ave. eo 84og�� Perris, 92571 4•K.A.S.Equipment Rental PO Box 9570 �� Ontario, CA 91762-957 �� 5•Flemina Environmental 6139 Valley View V V c►o CGS 6 ! Buena Park, CA 90620 J 6•Trautwein Construction 14046 Santa Ana Ave. ~ s� 847 Fontana, CA 92337 7• International Flow 30230 Los Alamos 1/ ✓ ��yg12 Technologies Murrieta, CA 92563 8. 9. 10. 11. 12. 13. 14. 15. • cqy BIDDER'S NAME K-A' S• eQu,l Pmwr f O�NTA-I NC), PROPOSAL FOR FONTANA AUTO MALL ON -SITE SEWER'PLANS FOR PARCEL MAP IN THE CITY OF FONTANA RDA BID NO. SB-12-00 TO Fontana Redevelopment Agency, as AGENCY: 5 In accordance with AGENCY'S "Notice Inviting ,Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated Project 'as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepan- cies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with the local conditions under which the work is to be performed. Furthermore, BIDDER certifies that it will be responsible for incorporating into it's bid whatever contingencies which are discernible by a reasonable investiga- tion. P-1 BIDDER agrees and acknowledges that it is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman's coml-•ensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of f this Contract if awarded to it. BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he currently possesses a Class "A" or a combination of Class "C" licenses as required to perform the work. --75I-70I BIDDER declares that his license n mber is and that the license expiration date is lzoo O �O DATED 1 1999 BIDDER INC . BIDDER'S ADDRESS: BY: �� v � `�M �� fC "Iq-7y TITLE: ��-�• ONTA110a CA q l7(02 g570 PHONE: O W--`J�-` U ( FAX :kq) �U `� P-2 r 't BIDDER'S INFORMATION BIDDER certifies that the following information is true and coriect: G I' Bidder's Name: �`1\• J•QWt��E�i��' ��iN���i �`VC. Bidder's Address: �� F)O '5-70 ONAW I CC q 17624570 Telephone: Cg oaf (�2�- "' CJ I FAX : L9Oct) 5q7 (U 17 State Contractor's License No. and Class 75I-70( i Original Date Issued: L 1-5 JqS Expiration Date: - 12= The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: 0q) MAN Ve � iND u.5, CA q 1-70q The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N�N All current and prior DBA's, alias, and/or fictitious f business names for any principal having an interest in this proposal are as follows: K,N,5. WwtpmyiT �, Q.aiT�\-L-, ING' t P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California providing for the registration of Contractors. % Contractor's License Number 761 ` 0 I License Classification A Expiration Date 3 ij2-0Lr--vC,--)) Name of Individual Contractor (Print-- or type): Signature of Owner Business Address or Name of Firm Business Address Name it Address Name Title Address Name of Corporation Business Address ) `�� PIPF....1 IV E 1 PD f oul-�j cH7(.p6 Corporation organized under6�, _zw,�% �t je jt�te of SitAaqure-,(/I fresid Of Corporation Signature Of Secretary oaf Coro_ Dior_ t dzo Date P-S LIST OF SUBCONTRACTORS 13IDDER proposes to subcontract certain portions of the work r as Lol.l.ows : !_ Name Under Which Address of Percent Specific Subcontractor License Office, of Total Description of is Licensed No. Mill or Shop Contract Subcontract Sb Z 1 5tb.� � ✓� (c ! (c 41* r ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 t REFERENCES The following are the names, addresses, and phone numbers for three public agencies for which BIDDER has performed similar work within the past �two � years: j j�j� C� r NAME/TITLE : �. ca `r"�C/1 <</V �w �✓ PHONE ADDRESS: rtiA: k NAME/TITLE: PHONE: ( ) ADDRESS: FAX: ( ) NAME/TITLE: PHONE: ( ) ADDRESS: FAX: ( ) P-6 KA3 EQ'!IPMENT RENTAL, INC. PROJECT LISTING AS OF 9/28/99 JOB .' DATE /% NO. OWNER/AGENCY DESCRIPTION COST [—CONTACT PERSON PHONE NO. I Completed - ---- - ... - - - - Mike King;- - --- - U.S. Army Core of Engineers/Brutoco Parapet Walls/Footings/Walls, L.A. River President, Brutoco 100% KS001 Engineering Construction, Inc. BEC #315, Contract #DACW09-98-C-0014 $1,525,081.60 Eng. Const., Inc. (909) 350-3535 08/99 Co. of Riverside Trans. & Land Mgmt. — - --- P.O. Box 1090, Riverside, CA 92502 Magnolia Ave. Drainage & Grading, P.O. 100% K001 1090 #90807 $10,628.12 Stan Dery (909) 955-6785 12/98 City of Redlands - P.O. Box 3005, 100% K002 Redlands, CA 92373 Curb Ramps, Contract #22-9529-4230 $38,255.00 Alan K. Griffiths (909) 798-7655 05/99 City of Huntington Bch. P.O. Box -- -- - - - -- -100% KOO190, Huntington Beach, CA 92648 Bus Stop Accessibiltiy, Project#CC-1054 $184,254.64 Eric R. Charlonne (714) 536-5430 05/99 City of Moreno Valley Public Works - ---- -- - ---" - P.O. Box 88005, Moreno Valley, CA Moreno Valley Animal Shelter, Project 98- 100% K005 92552-0805 10735(1), Precise Grading $35,469.00 Peter Ramey (909) 413-3134 02/99 Dept. of Parks & Recreation, San Diego Coast Dist. - 9609 Waples St., Beach Access Ramp at Torrey Pines State Elizabeth L. Gotelli (619)642-4217 Start Date K006 Ste. 200, San Deigo, CA 92121 Beach, Cotnract #C9847016 $36,241.00 or, Ann Merritt (619)755-7114 09/20/99 City of Huntington Bch. P.O. Box Pacific Coast Highway at Seapoint Ave. 95 /o K007 190, Huntington Beach, CA 92648 Pedestrian Ramp, Cash Contract #1022 _ $97,550.00 Eric R. Charlonne (714) 536-5430 10/99 Co. of Orange Public Facilities & _ Resources Dept. - P.O. Box 4048 Construction of Access Ramps/Curb & Gutter 100% K008 Santa Ana, CA 92702-4048 in Rossmoor Area $113,014.15 Robert J. Witting (714) 567-6253 09/99 Co. of Orange Integrated Wasie "- -- - Management Dept. - 320 N. Flower Southwest Channel Repairs at Frank R. 80% K009 St., Ste. 400, Santa Ana, CA 92703 Bowerman Landfill $122,064.00 Raymond Douglass_ (949) 262-2427 09/99 of Norco - P.O. Box 428, Norco, Hamner Ave. at Yuma Drive, Parallel Storm 100% KOOCity CA 91760-0428 Drain Project (P.O. #651) $350,000.00 Joseph Schenke (909) 735-3900 : 08/99 City of Alhambra - 111 S. First St., - K-Rail & Wall Impvmnts. along Front Street. 100% K011 Alhambra, bra, CA 91801 Contract #C99-24 $124,070.00 Ali Cayir, City Eng. - (_62_6) 5_70_ -3284 09/99 Dept. of Transpotation - 3347 _ _ Approximate - Michelson Dr., Ste. 100, Irvine, CA Modify Drainage & Regrade slopes, Contract Start Date K012 92612-1692 #12-A0523 $68,762.00 Ali Solehjou (714) 556-9416 10/99 Department of Transportation -120 S. Approximate K013 Spring St., Los Angeles, CA 90012- 3606 Concrete Slope Paving under Bridge, Route 5, Valencia, Contract W-A0545 TZyVt�4 $59,628.00 Unknown Unknown Start Date 11/99 ' City of Norco, Dept. of Parks, Recreaton & Community Services - Installation and Construction of Concrete Pad 100% K014 - 2870 Clark Ave., Norco, CA 91760 Ifor future Bleacher Installation (P.O. #751). 1 $20,346.001 Brian Petrea 1 (909) 270-5632 06/99 k1 Joblist Page 1 of 2 f KAS EWIPMENT RENTAL, INC. PROJECT LISTING AS OF 9/28/99 JOB NO. OWNER / AGENCY DESCRIPTION - COST CONTACT PERSON PHONE NO. DATE/% Completed Co. of Orange Public Facilities & - - - - - K015 Resources Dept. - P.O. Box 4048, Santa Ana, CA 92702-4048 Patton State Hospital, Public Works, Repair of San Diego Creek Channel, Ref. #ERZ0000011 $46,740.00 Terry Collins (714) 567-6259 100% 08/99 - - K016 K017 3102 E. Highland Ave., Patton, CA 92369 Department of Transportation -120 S. Spring St., Los Angeles, CA 90012- 3606 Department of Transportation - 3347 Michelson Dr., Ste. 100, Irvine, CA Replace Sidewalks - Hospital Wide, Contract No. 98 SR #7/98-30086 Concrete Slope Paving under Bridge, Route 5, Valencia, Contract 07-AO544 OWW. Concrete Slope Paving under Bridge, Route $46,688.00 $91,556.00 Phyllis Morales A. Karasik (909) 425-7229 Start Date 10/04/99 (661) 257-0273 _--- - _ _ Approximate Start Date 10/99 -- K018 92612-1692 5, Dana Point, Contract 12-AO553 $71,396.00 Unknown K019 Co. of Orange Laguna Canyon Channel Unknown K020 K021 K022 K023 • Joblist Page 2 of 2 DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: r NAME/TITLE : T1M� UJ� 5u.��n9 1�1� t�O. PHONE • ( 2$ r ADDRESS: l G00 mV &A�M tJr.) �xb M 6- ("F'b, Cat q ooz( t FAX • 152; (,ob3^7173L4 NAME/TITLE : I V 1�-1 t/�J"CI V Uy 1`y !L 1 V5 PHONE A 350 -3560 ADDRESS: i q S° �-c ►2 5T Ct} one FAX : Ary W rq'3 - 76L NAME TITLE : ` "tQl I ' `5Uf2 1' `i 'C �aVIY6 PHONE: kA) 3 (� ADDRESS: P.O. �o � -75(ol LA MP-DA 1 CA -I lqq) " FAX: 0 ` Bond # 0001 59169 .• GCt-'O' -99 1 Z : 14P • P.02 BID BOND FOR FONTANA AUTO MALL ON -SITE SEWER,PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 KNOW ALL MEN 13Y THESE PRESENTS ghat: wr, Lhc tat:d�r;Yi�tir_d, (he reafter• Called ";,'rincip.al11 , and " it:creaft er r:a i 1 rc.l ";surety" ) , are, %u ' Ci ;.arid fiz7miy hourid ulzto r.11r:: Printana Rec•3c-,ve• 1 opinc�nt Agr_ncy ►..r: L r�all�_d "OWNER" } , in the ,I um Of Fifteen Thousand and no/1.00*****doll-rsr 11.15 [cir. r_ ,., , 000._00` Lh , , payme nt. c,'_• which, well Ar1C3 t..r•;.ily to be marl -, wr_j hereby jr hMiy and 0"eveerally hind 011 r':; lves and our =tl.rc::c::r _;;;c>r c; and a;.r. i c rer; . -. f_ iONED this � _ day of • October t :a 99 Tbt- Condition of L.hr above ohl ici,aI,ion is Sue:%: ghat wherr,ar_: the- Principal ha.s 4cr.,r rnit.tod to t: }1 .OWNER a cert.a i rt Bid, atnac::}1t�Li hereto and hereby made a parr. }ic:.xr:r_�i, to ent:r'.r i;±Lo a c:c,nt.rcac-L in writinq for Lhc Construction oL the Fontana Auto Mall on_ -mite NOW THEREFORE, sewer parcel map 14518 a• It said Bid is t••F•jected, or b. T f I., -id Bid i s rCCcpted anc3 r;' :incipal c xr: c,utes anci del.ivers a toner;ac:L• in the At•.t.,yc:hc.d Ae rcemr'nl. L'r_,rm war}lirr then (lo) ;3;-yra after ;prof:er'ly COID-rleLc_d in arc:o-daric(.1 with sA i d rid) , and lurnisher% insurance, c•:er•t. i f.1catcs and r..ridorsemenni;, worlds I' c.> r• f a .i th f r•, •1 pr_rformance of rra i.d Contract .arlci for the-: Payment of ;.ill perso+:s L,F r f iaxrttin<x l alscir c_)r ±urnj .,,h i rty n connec:t:iorl L.hr_.rcwitli, ,arid all ozhpr rrc.}r.rired docurnc_nits, there Li_is obligation ..,r1c111 bF vc>ir3; olhc:rwi:'tr.., the: Game :-hull remain 1.11 forc(m. aric.3 eitcct, i t. bci:lrl r..xl:rr.ssly undL rGtc:x:d urld zlgrec-d 4hul, the 1 i ab i I ity of =uz•ety for' any :Had all claim:- he.rcunder rr}1,a" 1 , in r:ci r:vor±t, (-xc:eCci 11TRUt111t of this"'igatirn ,are hczein =rt:.9t.c;d, P'or value z•cccived, Fla r•e.ty hereby rri. ipulate?fr ,arid agrr-Fr_; that the obl igot.ion of sai.c3 �;,it:ct and it.r; Y bond uki I L be i ri ncc way i repaired <'ir Gt I L'r�c:tr-d by ally I -Adding f r r c.>r'c; or ext.e=rrr+ion "-I' L-hr_ time- wi,%.11in which 1--tic, OWNER may iar�r�ept st1r:}1 Bid, at;d r>.aid &3::rety hcart?hy w;., Iv0s 17ot i c,. :a1 ai7y 513cM extensiori. Received: 10/05/99 01:32:12 From: Oct 015-99 12:14P • P.03 s IN WITNESS WHEREOF, Pri nr.ip,jl and Surety have Set: the. i r- hand ; anti seals, and such of them �-:A:; arc C.nrporar.i(:)r1t3 have caused their corporat.c1- : :r :;�1 r.r o be hereto af.f i xrc3 o'rid thcse pr•aa>rrri..t.; to be signed i:)y t•.hei r FL..rr•c.rper otf•icers, can :.he doy Lind year setforth above,.. FRI;QC T.: /gy ; ATTL.S' (if corporatic)n) KAS u't & nt 1, Inc. tB t1 Y= Danielle Reinberger Tit lF:President orpc�r,�te �r t� 1. ) �C' AT:'1rST : Y,v T i 1.1 t: : Amwes urety_ Insurance Company L-1yeri�ia _�Pa Zenizo Titic:Attorney-i fac ` (Corporate seAi j IMPORTANT: Surety cOmpallie-'I r_Xc'C:utinr7 nnnc ,�; ftlllSt cPrr.•i r.icat C of authori L.y trom r.hc� California Insurance Commissioner author i i i r1u Lhom to wri t:r. t,;ctr•c�Ly in -sumac e defined in Section 105 of the California Insurance coda, and it tho work or pr(:) j or--t is f i nanrtur.3, in whole ioan funds., or i rn pzjx•t , with i r decal C nL. or rr1U.-.;L. aiso appear current list (Circular 570 curl Lho Treasury Department's most as amended). THIS IS A REQUIRED FORM. . Any claims 11nc3o-•:r• Lhis band may ht• ,c.ici�essed to: (Name: arlc3 address of Sllre(-.y) 1800 Mc Collum St. - Los._.Anggles, CA. 90026__ (Neltnr and addres t, dt agent or repre.c.; ntative for icc cif _ prc:)c:c_ss in C:a1 i f-c.)t:•ui-a, _f ditferenl. 1'r•c_;m ubove) _ - (Te3 eF•)hcxic,, nu-mber and PAX nunibr c• c)t Surety a rrci agent or r;'Pr•r_•sentative Iur service of F.rrr_x_ess Ca'l i f ornia) in 323 663-781 4� .. (Pa_Ir a qt- 3 ) Received: 10/05/99 01:32:12 From: +I.A-' IFORNIA ALL-PURPaS �KyO`JVLlrDC�Ni r�IT m California =! State :f Los Angeles c1 y yvunr Pietro 9iiccicne n oefcre me, CF CFF.CFR. --.C.'jANE CCE. NC)-,AAY MJSUC' A'E Patricia ZeniZO Si oersonally sF e3red• 4AMEtS; OF $)GNcR15) vn E i arevec' to rre cn the basis of satistactarY evidence cersonaily'<ne•vr to ma - �.- :;-e person(s) wnose nameisi isia.*e to t`;e within instrument and ac- subscribed to me that he; shei:hey executed y <newieaged *he same in hisiheritheir aU?horizec and .hat ty hislherl'heir ". c aclv��.�es,, ap on the instrument the perscnis;, ; sigr.at•Wreis; cr en-,;Y upcn behalf of vhic^ the Psontsi acts, cuted t"e instt::mert• . ., o. b exe e WiTN ~v hand and nffi 'seal: M' , ►ti0ir; Y P!;9liC•CAIIfimlA J An eles -OF NCTAnY kS ' `1mm. Expires July 16, 21Q OPTIONAL gave va+uat a to perscns retying en the Cceu'nen: anc _ L':d Crever: ThCUyh :10 d31a Blow is no: f¢CUIICO `Y law. r: rriaY �:raudUler:S rOZRO=tineni Of T~:S :Ors?1• OF Al'iACNEDvOCUIti'iE?JT CAPACITY CLAIMED By SIGNER0�5CRIPTION INmV!CUAL EiS` —.Pus—, EE:S; : � cU,�,�;,Sa,llc^.NScRvr�TOR Slr.4FR IS RE+'RE EY+4ING: !4AME 0%'4p,0p,S1 On :KC T"1:ES7. Tl'L=_ OR Ty. 0= OOCUti1EN' NUMBER OF ?AGcS V , r. OF CC-h1EN. .. LIMIT D POWER OF AT ORNEY west Surety Insurance Com ny � 1 , Expiration ate: 09 17 O1 POWER NUMBER 0001059169 This document is primed on white paper containing the artificial watermarked logo ( ) of Amwest Surety Insurance Company on the front and brown security paper on the back. Only inaltered originals of the Limited Power of Attorney ("POA") are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Nebraska and is only valid until the expiration date. Amwest Surety Insurance Company (the "Company") shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (818) 246-5353 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation, does hereby make, constitute and appoint: Patricia Zenizo Pietro Micciche As Employees of Patricia Zenizo its true and lawful Attomey-in-fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows: Bid Bonds up to $1,000,000.00 Contract, Court & Subdivision Bonds up to $5,000,000.00 License and Permit Bonds up to $100,000.00 Miscellaneous Bonds Up To $100,000.00 Small Business Admistration Bonds up to $1,250,000.00 and to bind the company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. I, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of Amwest Surety Insurance Company set forth on this Power of Attomey, and that the relevant provisions of the By -Laws of each company, are now in full force and effect. Bond No. 0 0 01 0 5916 9 Signed &sealed this 6 day of October 1999 Karen G. Cohen, Secretary ***************** RESOLUTIONS OF THE BOARD OF DIRECTORS ********************** * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest SuretyInsurance Company at a meeting duly held on December 15, 1975: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey-in-fact or agent and revoke any POA previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these present to be signed by its proper officers, and its corporate seals to be hereunto affixed this 31 st day of August, 1999. 01 John E. Savage, Presideift Karen G. Cohen, Secretary State of California County of Los Angeles On August 31, 1999 before me, JoAnne Anderson Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. JOANNE E. ANDERSON 1 +%NSU9''-.,'—n Comm. 11192456 rA �GO\A 494.'9. 1, Signature (Seal) ul A NOTARY PUBLIC Angeles CountyRNIA oA C Anderson. Notary Public DEC.14, Al Comm. Expires A .21,2002 `+ a 1995 0 a . Z�' •.eRAS.: ,aa,.,�' 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 • • ALL-PURPOSE ACKNOWLEDGMENT STAZC OF California ) ) ss. COUNTY OF San Bernardino ) On this e�Q 7-0 g&7-.2 i/, / 1f S V DAC�E before me, �cuz �. �ee,e�,ep We >4A4"e personally appeared NAME, TITLE OF OFFICER NAME . OF SIGNER . personally known to me -OR- [ ] or proven to me on the basis of satisfactory evidence to be the person.. whose namefm) ism subscribed to the within instrument and acknowledged to me than /she/executed the same inauthorized capacity ), and that by Sher/ signature** on the instrument the person f*, or the entity upon behalf of which the person �_m), acted, executed the instrument. Witness my hand and official seal. -TGNATUR OF NOTARY CRUZ R. BMERO Commission # 1169955 Z @my Notary Put�lic - Collfomio Los Angeles County Comm. BPkm .ton 18, 2002 NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. ( Page 3 of 3 ) P-10 NON -COLLUSION AFFIDAVIT - STAT] ; OF CA�L-VF0EN IA- ) COUNTY OF L 05 M&7 6t,65 ) ss . e'� 9�1H r,OV� �� being first duly sworn, (Name of Affiant) says that he/she is v 1 ��_`► of ��J• �QW� i'n/��� Ti���� � V ' , (Name of Bidder) the party making the foregoing bid; that the bid is not made 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; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or 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 or of anyone interested in the proposed 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 the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporatio partnershi ompany association, organization, bid depositor o to any embe br agent thereof to effectuate a collusive or s a id._ I ^ � ((Signature) (Type Name) (Title) .- NOTARY PUBLIC IN AND FOR THE STATE OF C:Q-LATEQ N I 1 SUBSCRIBED BEFORE ME on this _/ day of 19 ll ] My Commission Expires: N`ta, Public CRUZ R. BORRERO Commission # 1169955 z ; d Notary Public - Cal forma Los Angeles County My Comm. Fires Jan 18.2002 t CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical. condition, marital status or sex of such person, except as provided in Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to ,all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company.. FIRM: �� • l/l�l Y N t ( V . TITLE OF PERS IGN--=i"—J SIGNATURE: DATE: Please include any additional information available regarding equal_ opportunity employment programs now in effect within your company. -k4r2�n\/MekiT offorfi _N ll . •��io� p�o�p� pro Y MENr— (r)ppo 1ZT1A-N 1 Pq ("M pLoYE��. P-12 • I PROPOSAL BID SHEET FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 ITEM DESCRIPTION ESTIMATED UNIT UNIT TOTAL NO. QUANTITY PRICE AMOUNT 1. CLEARING AND GRUBBING LUMP SUM LS $ $ �0�.•" - 2. CONST. 8 " EXTRA STRENGTH 1171 LF $ Z 576� V.C.P. 3. CONST. 48" DIA. PRECAST CONC . MANHOLE 5 EA $ yO $ 7oc4D. '- 4. CONST. 6 " V.C.P. LATERAL 16 LF $ $ p� , S. CONST. SEWER TERMINAL CLEANOUT PER CITY OF FONTANA STD DETAIL 128 MODIFIED VITRIFIED CLAY PIPE STOPPER TO ALLOW REMOVAL 2 EA $ $ f©O . 6. CONST. 6" CLEANOUT PER CITY OF FONTANA STD DETAIL 125 WITH CLEANOUT BOX PER CITY OF FONTANA STD DETAIL 125A 2 EA $ ( 2co- 7. POTHOLE EXISTING 2 EA $ Z.� $Q UTILITIES 8. SAWCUT EXISTING AC AND REMOVE 300 SF $ ( $ 3oo .- P-13 PROPOSAL BID SHEET FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 TOTAL ITEM DESCRIPTION ESTIMATED UNIT UNIT NO. QUANTITY PRICE AMOUNT 9. CONTRACTOR TO VERIFY VERTICAL AND HORIZONTAL LOCATION OF EXISTING 8" SEWER AND JOIN WITH 7' +/- OF NEW 8" SEWER 1 LF $ 10.CONSTRUCT 5 LF 8" VCP STUB AT GRADE OF 0.004 25 LF $ ,r^ TOTAL BID AMOUNT. $ TOTAL BID AMOUNT IN WORDS PROPOSAL BID SHEET FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 NOTE: The estimated quantities listed in the proposal Bid Sheet(s) are supplied to give an indication of the general Scope of the Work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings. Bidder shall disclose to Engineer any substantial variation between his estimate of quantities and the estimate of quantities listed in the Bid Proposal. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The AGENCY reserves the right to reject any and or all bids, or to waive any irregularity on any one or all bids received. The AGENCY specifically reserves the right to delete, reduce all or any portion of the work at any time prior to authorization to proceed with this portion of work. The Lump Sum prices shown in the above proposed bid sheet shall include Full Compensation to complete and maintain the work shown on the Plans or in the Specifications. K�� �5.l,UcNrR�N,I�;�.BIDDER' S NAME �aoq) C -�rjl TELEPHONE NUMBER (qO) '�)q-7' CCU 1-7 FAX NUMBER P-15 ` A t. ~aPROPOSAL IN IjITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this % day of o�[cioj�-12 19 Qq . BIDDER R •� ��• �QLL-t P Mom+`." VbiWT7 1V� o pox q✓to Oil Subscribed and sworn to this / day of �iL �7��., 19yj . NOTARY PUBLIC CRUZ R. BORRERO By Commission # 1169955 Cnl Z -s Notary Public - Col my Title Las Angeles County - My Comm. Ermines Jan 18.2M2 The undersigned representative of the AGENCY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of ten percent (100) of the total bid. By — Title P-16 PROPOSAL BID SHEET FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 ADDENDUM ACKNOWLEDGMENT I have received the addenda listed below: Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date ` BIDDER'S NAME NAME/TITLE SIGNATURE TELEPHONE NUMBER 3 `-7 ` l7 FAX NUMBER P-17 ItArrowhead Management Group Prepared By: ArrowheadManagement Group FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB - 12 - 00 BID DATE: Thursday, October 21, 1999 @ 2:00 p.m. Summary of Bidder's Tabulations K.A.S. Equip. & Rental, Inc. 909-623-5481 J&C Underground, Gen. 818-526-0006 Trautwein Const. 909-829-8258 Schedule of Work Pay Items: jUnit I QuanI Price I Amount Price T Amount Price Amount Price Amount 1. Clearing and Grubbing LS 1 0.00 0 5,000.00 5,000 500.00 500 2,000.00A 2. Const. 8" Extra Strength V.C.P. LF 1,171 24.00 28,104 22.00 25,762 36.58 42,835 32.003. Const. 48" Dia. Precast Cone. Manhole EA 5 2,750.00 13,750 1,400.00 7,000 1,081.00 5,405 1,400.004. Const. 6" V.C.P. Lateral LF 16 18.00 288 50.00 800 36.58 585 100.00, 5. Const. Sewer Terminal Cleanout Per City of Fontana STD Detail 128 Modified Vitrified Clay Pipe Stopper to Allow Remval EA 2 550.00 1,100 750.00 1,500 500.00 1,000 500.00 1,000 6. Const. 6" Cleanout Per City of Fontana STD Detail 125 with Cleanout Box Per City of Fontana STD Detail 125A EA 2 550.00 600.00 1,200 500.00 1,000 500.00 1,000 7. Pothole Existing Utilities EA 2 165.00 330 250.00 500 250.00 500 200.00 400 8. Sawcut Existing AC and Remove SF 300 3.00 900 1.00 300 0.83 249 5.00 1,500 9. Contractor to Verify Vertical and Horizontal Location of Existing 8 Sewer and Join with 7' +/- of New 8" Sewer LF 1 550.00 550 1,000.00 1,000 1,000.00 1,000 2,000.00 2,0 10. Construct 5 LF 8" VCP Stub at Grade of 0.004 LF 25 17.00 425 25.00 625 36.58 915 35.00 875 TOTAL BID 43,687 53,989 54,847 Note: Totals Rounded To Nearest Dollar Page 1 Arrowhead Management Group Prepared By: Arrowhead Management Group FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB -12 - 00 BID DATE: Summary of Bidder's Tabulations Thursday, October 21, 1999 @ 2:00 p.m. International Flow Tech., Inc 909-926-4849 Fleming Environ. Inc. 714-228-0935 MD Construction 909-949-0360 :. SIESTIMATES Schedule of Work Pay Items: Unit Quan Price Amount Price Amount Price Amount Price Amount 1. Clearing and Grubbing LS 1 0.00 0 5,717.00 5,717 11,149.00 11,149 9,000.00 9,000 2. Const. 8" Extra Strength V.C.P. LF 1,171 24.00 28,104 32.00 37,472 32.00 37,472 37.00 43,327 3. Const. 48" Dia. Precast Conc. Manhole EA 5 2,750.00 13,750 1,614.00 8,070 1,650.00 8,250 2,800.00 14,000 4. Const. 6" V.C.P. Lateral LF 16 18.00 288 69.25 1,108 100.00 11600 70.00 1,120 5. Const. Sewer Terminal Cleanout Per City of Fontana STD Detail 128 Modified Vitrified Clay Pipe Stopper to Allow Remval EA 2 550.00 1,100 572.00 1,144 800.00 1,600 800.00 1,600 6. Const. 6" Cleanout Per City of Fontana STD Detail 125 with Cleanout Box Per City of Fontana STD Detail 125A EA 2 550.00 589.00 1,178 840.00 1,680 800.00 1,600 7. Pothole Existing Utilities EA 2 165.00 330 300.00 600 350.00 700 200.00 400 8. Sawcut Existing AC and Remove SF 300 3.00 900 1.20 360 5.00 1,500 19.00 5,700 9. Contractor to Verify Vertical and Horizontal Location of Existing 8 Sewer and Join with 7' +/- of New 8" Sewer LF 1 550.00 550 273.00 273 350.00 350 300.00 300 10. Construct 5 LF 8" VCP Stub at Grade of 0.004 1,17 25 17.00 425 42.00 1,050 100.00 2,500 70.00 1,750 TOTAL BID 56,972 66,801 78,797 Note: Totals Rounded To Nearest Dollar 1 J Page 2 Arrowhead Management Group Prepared By: Arrowhead Management Croup FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB - 12 - 00 BID DATE: Summary of Bidder's Tabulations Thursday, October 21, 1999 @ 2:00 p.m. Sean Malek Eng. & Const. In 909-943-2548 JENGINE + Schedule of Work Pay Items: Unit I QuanI Price I Amount Price Amount Price Amount Price Amount I. Clearing and Grubbing LS 1 0.00 0 10,000.00 10,000 0 0 2. Const. 8" Extra Strength V.C.P. LF 1,171 24.00 28,104 35.00 40,985 0 0 3. Const. 48" Dia. Precast Cone. Manhole EA 5 2,750.00 13,750 3,750.00 18,750 0 4. Const. 6" V.C.P. Lateral LF 16 18.00 288 200.00 3,200 0 0 5. Const. Sewer Terminal Cleanout Per City of Fontana STD Detail 128 Modified Vitrified Clay Pipe Stopper to Allow Remval EA 2 550.00 1,100 1,600.00 3,200 0 0 6. Const. 6" Cleanout Per City of Fontana STD Detail 125 with Cleanout Box Per City of Fontana STD Detail 125A EA 2 550.00 1,500.00 3,000 0 0 7. Pothole Existing Utilities EA 2 165.00 330 600.00 1,200 0 0 8. Sawcut Existing AC and Remove SF 300 3.00 900 5.00 1,500 0 0 9. Contractor to Verify Vertical and Horizontal Location of Existing 8 Sewer and Join with 7' +/- of New 8" Sewer LF 1 550.00 550 1,000.00 1,000 0 0 10. Construct 5 LF 8" VCP Stub at Grade of 0.004 LF 25 17.00 425 50.00 1,250 0 0 TOTAL BID 84,085 Note: Totals Rounded To Nearest Dollar Page 3 X X X X Arrowhead , • Management Group CHECKLIST FOR K.A.S. EQUIPMENT & RENTAL, INC. ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY FONTANA - RDA I . PROPOSAL TO THE CITY OF FONTANA RDA WAS EXECUTED, AND ACCURATE AS REQUIRED. 2. BIDDER'S INFORMATION WAS SHOWN AS REQUIRED. 3. BIDDER'S REFERENCES WERE CHECKED AND ARE SATISFACTORY. 4. DESIGNATION OF SUBCONTRACTORS, NOTED BY CONTRACTOR. CONTRACTOR STATES HE WILL PERFORM WITH HIS OWN ORGANIZATION WORK OF VALUE NOT LESS THAN FIFTY PERCENT (50%). 5. SIGNED "CERTIFICATION OF NON-DISCRIMINATION" INCLUDED WITH BID PROPOSAL. 6. SIGNED "NON -COLLUSION STATEMENT" AND INCLUDED WITH BID PROPOSAL. 7. 10% BID BOND WITH POWER OF ATTORNEY ENCLOSED WITH BID PROPOSAL. 8. CONTRACTOR AND SUBCONTRACTOR CALIFORNIA LICENCES CHECKED OUT AND ARE IN GOOD STANDING. X ARROWHEAD MANAGEMENT GROUP 0 190 North Arrowhead Avenue • Suite E • Rialto. California 92376 0 Phone (909) 873.9660 Fax (909) 873-9661 THE SUN 399 North "D" feet San Bernardino, CA 92401 (909) 397-3986 KARLA PREZ VERTTI ARROWHEAD MANAGEMENT GROUP 190 N. ARROWHEAD AVE., STE. E RIALTO CA 92376 Proof of Publication (2015.5 C.C.P•) BID NO. SB-12-00 Thrace for filing stamp only CNS1742635 t• iF REDEVELOPMEI NOTICE INVITIN FOR FONTAWA q . nu.e�rr "r,.,.._ . PUBLIC NOTICE IS'HERE GIVEN. that the Fonts Redevelopment Agency, AGENCY, invites sealed bi for the above stated Project a will receive such bids in if offices of the City Clerk up ,the hour of 2.00 P.m. on if 21st day of October, 1999, which time they will be public opened and read aloud. The work Of improvement slsts of fumishir all material., equipment, toots, labor, an, Incidentals as required by thi Plans, Specifications an < above stated am a citizen of the United States, over the age of eighteen Contract Docpfgw is for thI years, and not a party to or interested in the above entitled The general items oi cworktobe done hereunder consist of: matter. I am the representative of the printer and publisher IVCP Pive. of The Sun, a daily newspaper printed and published in the ' f Of TI English language in the City of San Bernardino, County Sl San Bernardino, and adjudged a newspaper of gene al cc circulation as defined by the laws of the State of California Al by the Superior Court of the County of San Bernardino, Sc l State of California, under date of June 20, 1952, Case No. Col n 73084. That the notice, of which the annexed is a printed a copy, has been published in each regular and entire issue of Nma said newspaper and not in any supplement thereof on the . E, I following dates, to -wit: ; of a ifee expr, ppeeR2 ba c Arror at (9 09/23/99, 09/30/99 � EXECUTED ON : 09/30/99 AT RIVERSIDE CALIFORNIA contract is I into the co bond and a each In an i requiredaAffirmative actill ion !0 r ensure against discrimination in employment practices on.the basis of race, color, national ongm, ancestry, sex, or religion will also be required. The AGENCY hereby affirms. lively ensures that minority business enterprises will be afforded full opportunity to sub- mft bids in response to this notice and will not be discdml- 1 nated against'on the basis of race, color, national origin, considers it on leador ing to on In the award of contract The contract documents call for monthly progress payments I'd upon the Engineees esti- vate of the percentage of work ,ompleted. The AGENCY will it Group, FONTANA -'rrt CITY OF n Manager'), 190 _ _ RDA • DO NOT ead Avenue, Suite OPEN WITH REGULAR MAI L aliforn 92376,ayment 30. upon p i) non-refundable The AGENCY.reserves the d t to reject an � 1 y or all bids, to id and ($55 if Any questions waive any irregularity, to accept bid or Portion take ect should to Glenn Sam$, nagement to all advisne. ment for a Period Of l95) days. At the time Group •9660, Fax No, of submitting a bid the prime contractor and sub. 1, st be accompa. contractors shall possess a Class 'A' contractoes license fled or cashiers ers bond made and/or any combination of Class •C• specialty contractors AGENCY in an to at least ten Ilcense(s) sufficient to perform the work the bid amouh 1 to be forfeited BY ORDER OF'' Fontana 'Redevelopment Agency dated er to whom the ded fail to enter this 6" day of July, -1 9. Fontana Redevelopment c� Payment 8353 errs eve"„e .. r 100% of the totalrcontract 99i amount, Shall be required con- currently with the execution of Me contract and shall be in the form set forth in the contract certify (or declare) under penalty of perjury that the documents. suantttto llnccorpo- foregoing is true and correct. pur- this notice Will rate the provisions of the State '- Labor Code. Labor Code`. Section,1735 requires. that noj discrimination be made in the employment of persons upon Public works because of the, •••'••••• race, religious creed, color,; f national origin, ancestry, phyy. I •••••.•..•.... ' • • • • • • •Signature cal handicap,medicalcondl- tlon, marital status, or sex of such Person, except as provid•" ed In Government Code' Section 12940. Compliance; with the prevailing rates of; wages and apprenticeship . employment standards estab. lished by the State Director of. PROOF OF PUBLICATION (2015.5 C.C.P.) State of California - County of.San Bernardino I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer of the Fontana Herald News, a newspaper of gen- eral circulation, printed and published every Thursday in the , City of Fontana, County ofSan Bernardino, andwhich news- paper has been adjudged a newspaper of general circulation by the Superior Court This space is for the County Clerk's stamp FONTANA REDEVELOPMENT AGENCY NOTICE INVITING SEALED BIDS FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA-RDA of the State of California, in and for the I: FONTANA ProposalsBID NO. mustSB-1�e OOsuccaaaful bidder, the County of San Bernardino, under the date of March 15, 1955, Case Number 73171, and that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has beenpublished in eachregu- lar and entire issue of said newspaper and not in any supplement there of on the following dates, To -wit: September 23, 30, 1999. I certify (or declare) under penalty of per- jury that the foregoing is true and correct. Dated at Fontana, California, this 30th day of September, 1999. Signature REDEVELOPMENT accompanied by certified or A G E N C Y will pay the AGENCY cashiers check, or bidder's amounts so retained upon bond made payable to the compliance with the require- NOTICEINVrTINt3 AGENCY In an amountments of Public Contract SEALED BIDS equal to at least ten (10),Code Section 22300 and the FOR percent of the bid amount, provisions of the Contract such guarantee to be Documents pertaining to FONTANA AUTO MALL forfeited should the bidder to Substitution of Securities. ON-srTE SEWER PLANS whom the contract Is , FOR PARCEL MAP 14518 .awarded fall.to aster Into -that Bids must be prepared on IN THE CRY OF FONTANA - contract. A payment bons( the approval proposal forms RDA and a performance bond; In Conformance with the : each in an amount equal to Instructions to Bidders and -BID NO. SO-12.00 ; 100%, of the total contract submitted In a sealed amount, $hall be required envelope plainly marked on PUBLIC NOTICE IS HERE- concurrently with the the outside 'SEALED 810 BY GIVEN that the Fontana execution of the contract FOR CONSTRUCTION OF Redevelopment Agency, as and shall be In )he form set FONTANA AUTO MALL ON. AGENCY, Invites sealed; forth In the contract SITE SEWER PLANS FOR bids for the above stated' documents. PARCEL MAP 14518 IN project and will receive: THE OTY OF FONTANA - such bids In the offices of, Any contract entered Into RDA - CO NOT OPEN WITH the City Clerk up to the hour. pursuant to this notice will REGUUR MAR% of 2:00 p.m. on the 21 at day: Incorporate the provisions of of October, 1999, at which: the State Labor Code. Labor The AGENCY reserves the time they will be publicly: Code Section 1735 requires right to relict any or all bids, opened and read aloud. that no discrimination be, 10 waive sty Irregularity, to : made in the employment of accept any bid or portion The work of Improvement: Persons upon public works • thereof, and o take all bids • consists of furnishing all: because of the race, under Advls.menl for a materials, equipment, tools,: religious creed, color, period of (96) days. labor and Incidentals as: national origin, ancestry, required by the Plans,' physical handicap, medical At the time of submitting a Specifications and Contract: condition, marital status; or bid, the prime contractor and Documents for the above: sex all. such persons except subcontractors shall pas• stated project. ; as provided In Government sass a Class -A' con. Code Section 12940. trectoes license and/or any The general Items of work to Compliance with the combination of Class .-C- be done hereunder consist prevailing rates of wages specially contractors of: VCP Pipe, manholes and apprenticeship employ- license(s) sufficient to and appurtenances. mant standards established perform the work e State Director of The general location and Industrial Relations willbe BY ORDER OF Fontana limits of the work areas 1, equtred. AflirmatIva action Redavelopmenl Agency follows: o ensure against discrimin. dated this bah day of July, tion In ,employment' 1999. ;THE FONTANA AUTO MALL 'pracllcaa on the basis of _... ,.._....._..... ...._ ...... SITE IS LOCATED' GEN--face, color, national origin, Fontana Redevelopment ERALLY AT THE NORTH-; ancestry, sex, or religion gency, t WEST CORNER OF THE: will also be required. 835' Stern Avenue INTERSECTION OF THE I• :, Fontana, California 92335 10 FREEWAY AND CITRUS The AGENCY hereby . (909) 350.7610 AVENUE. ;THE WORK IS affirmatively • ensures that :,LOCATED ON THE SOUTH- iminodty business enter- Publish: September 23, 36, SIDE OF THE FONTANA .:prises will be afforded lull 1999, AUTO MALL. SR'E. opportunity to submit bids In , . I : +response . to this notice and Coples • of Plans, Specl- F vI1I not be ,'discriminated lications, and Contract: against on the basis of race, l Documents are available Color, national origin, �.Irom Arrowhead Manage. , ancestry, sex, or religion in ment Group, ('Construction any consideration loading to ;Manager'), 190 North : the award of contract Arrowhead Avenue, Suite E. Rlalto, California 92376,, j{-The Contract Documents (909) 873-9660, upon icall for 'monthly progress payment of a $35 ($45) ran- syments based upon the refundable fee If malted and nglnesrs estimate of the ($65 It express mailed). ercentage of work cam' Any questions pertaining to eted. The AGENCY will this project should be retain 10 percent (10%) of directed to Glen Sams, each progress payment as Arrowhead Management security for completion Group at (909) 873.9860. 'the balance of the work At •..--.......H .nA $mesa, at C'RACTOR'S STATE LICENSE&FORMATION DATE: /`�� "! PROJECT REFERENCE: LICENSE NO. PRIME CONTRACTOR SUBCONTRACTOR TYPE OF CONSTRUCTION: REQUESTED BY: CONTRACTORS STATE LICENSE BOARD (916) 255-3900 ELECTRONIC CONSUMER INFORMATION (916) 327 9707 LICENSE STANDING: LICENSE ISSUED TO: LIA S Eq U 1 -eA Le, ENTITY: � 2 EXPIRATION: TYPES OF CONSTRUCTION: A)om�ol �vv BUSINESS ADDRESS - COUNT) INFORMATION CHECKED BY: NOTES: Forms-conlc 0 0 CONTRACTOR'S STATE LICENSE INFORMATION DATE: PROJECT REFERENCE: LICENSE NO.. (_a/ ((2 y I / PRIME CONTRACTOR SUBCONTRACTOR ILA - TYPE OF CONSTRUCTION: . / %' / %(,/,f / IV[ 6ti REQUESTED BY: A azl a CONTRACTORS STATE LICENSE BOARD (916) 255-3900 ELECTRONIC CONSUMER INFORMATION (916) 327 9707 LICENSE STANDING: LICENSE ISSUED TO: TI/07 /pffoa-S-La 11 ENTITY: 1 EXPIRATION: TYPES OF CONSTRUCTION: � 40 BUSINESS ADDRESS - COUNT) INFORMATION CHECKED BY: NOTES: �nrinhmn S�s}ernS Fong miSc Arrowhead Management Group DOCUMENT TRANSMITTAL Method of Transmittal: ✓ O O O Hand Delivered U.S. Mail Federal Express Golden State Overnight Date: October 8, 1999 To: Greg Bucknell Company: City of Fontana From: Glen R. Sams Arrowhead Management Group Job Reference: City of Fontana Auto Mall Item(s) Transmitted: Latest Planholder's List for October 21, 1999 bid opening. Comments: ARROWHEAD MANAGEMENT GROUP • 190 North Arrowhead Avenue • Suite E • Rialto, California 92376 • Phone: (909) 873-9660 • Fax: (909) 873-9661 0 • PLAN HOLDER'S LIST October 8, / 999 for CONSTRUCTION OF ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA ILI Greg Bucknell City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Linda Nunn City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Carlos Navarro City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Sid Lambert City of Fontana 8353 Sierra Avenue Fontana, CA 92335 ASL Consulting Engineers 225 W. Hospitality Lane, Suite 206 San Bernardino, CA 92408 Kleinfelder, Inc. 1940 Orange Tree Lane Redlands, CA 92373 Daily Construction Service 2625 Manhattan Beach Blvd., Suite 110 Redondo Beach, CA 90278 F. W. Dodge of McGraw J & C Underground Hill Dodge 1813 N. Rose Street 202 E. Airport Road, Suite Burbank, CA 91505 190 815/526-0006 San Bernardino, CA 818/526-0013 FAX 92408-3428 KAS Equipment and Hi -Desert Plan Room Rental 15353 Anacapa Road, Suite 11174 Pipeline Avenue I Pomona, CA 91766 Victorville, CA 92392 909/623-5481 909/397-7817 FAX McGraw Hill Dodge/F. W. Dodge B & D Construction 2150 Town Center Place, 1115 N. 10th Avenue Suite 100 Upland, CA 91786 Anaheim, CA 92806 909/ 949-0360 -------------------------------- 909/949-0162 FAX DRB Engineering Genesis Construction P.O. Box 1477 P.O. Box 7067 Yucaipa, CA 92399 Hemet, CA 92545 909/795-0525 909/ 652-6977 909/795-8245 FAX 909/ 925-6585 FAX C. P. Construction Co., Sean Malek Inc. Engineering & P.O. Box 1206 Construction ,INC. Ontario, CA 91762 3772 Brennan Ave. 909/981-1091 Perris, CA 92571 909/981-6704 FAX 909/ 943-2548 909/940-6078 FAX Arrowhead Management Group DOCUMENT TRANSMITTAL ✓ Hand Delivered O U.S. Mail Method of Transmittal: O Federal Express O Golden State Overnight Date: September 23, 1999 To: Greg Bucknell Company: City of Fontana From: Glen R. Sams Arrowhead Management Group Job Reference: City of Fontana Auto Mall Item(s) Transmitted: I Set of Plans and Specifications for Fontana Auto Mall On - Site Sewer Plans for Parcel Map 14518 in the City of Fontana - RDA. Engineer's Estimate is $45,972.00. Comments: Bid opening DATE October 21, 1999 at 2:00 p.m. ARROWHEAD MANAGEMENT GROUP • 190 North Arrowhead Avenue • Suite E • Rialto, California 92376 • Phone: (909) 873-9660 • Fax: (909) 873-9661 • CJ Arrowhead Management Group DOCUMENT TRANSMITTAL Method of Transmittal: ✓ Hand Delivered O U.S. Mail O Federal Express O UPS Date: September 15, 1999 To: Greg Bucknell Company: City of Fontana From: Glen R. Sams Job Reference: Fontana Auto Mall Item(s) Transmitted: FINAL of On -Site Sewer Plans for Parcel Map 14518 signed by Ron Sheldon and DRAFT of On -Site Sewer Plans for Parcel Map 14518 dated September 13, 1999. Comments: ARROWHEAD MANAGEMENT GROUP • 190 North Arrowhead Avenue • Suite E • Rialto, California 92376 • Phone: (909) 873-9660 • Fax: (909) 873-9661 Arrowhead Management Group DOCUMENT TRANSMITTAL Method of Transmittal: ✓ Hand Delivered O U.S. Mail O Federal Express O UPS Date: September 13, 1999 To: Greg Bucknell Company: City of Fontana From: Glen R. Sams Job Reference: Fontana Auto Mall Item(s) Transmitted: DRAFT of On -site Sewer specifications dated August 30, 1999 with comments and new DRAFT of On -Site Sewer Plans for Parcel Map 14518 dated September 13, 1999. Comments: ARROWHEAD MANAGEMENT GROUP • 190 North Arrowhead Avenue • Suite E • Rialto, California 92376 • Phone: (909) 873-9660 • Fax: (909) 873-9661 TO: City of Fontana 8353 Sierra Ave. Fontana, CA 92335 ATTN: Mr. Greg Bucknell Fontana Auto Mall PROJECT NAME: EdEnclosing ❑ Per your request ❑ Via messenger For your review DESCRIPTION: REMARKS: S ASL Consulting Engineers ❑ Via UPS ❑ Via Overnight Mail ❑ FedEx. or ❑ Exp. Mail DATE: August 31, 1999 JOB NO: 2050.006.02 ❑ Other Two (2) sets on -site sewer plan.. The originals have been delivered to Ricardo S. for Bob Weddle's signature. Glen Sams, Arrowhead Management Group, will be delivering the specifications. ❑ Pasadena Office 3280 East Foothill Blvd.,.#350 Pasadena, CA 91107 (818)683-0066 FAX (818) 683-0060 ❑ Camarillo Office 900 Avenida Acaso, Suite K Camarillo, CA 93012. (805)388-2344 FAX (805) 388-3082 Jim Maitland, PE SIGNED: ❑ Irvine Office One Jenner Street, #200 Irvine, CA 92618 (714) 727-7099 FAX (714) 727-7097 ❑ San Diego Office 11770 Bernardo Plaza Court, Suite 116 San Diego, CA 92128 (619)673-5505 FAX (619) 673-1610 ❑ Palm Springs Office 3001 Tahquitz Canyon Way East, #200 Palm Springs, CA 92262-6901 (619) 320-4220 FAX (619) 320-3580 / V San Bernardino Office 225 West Hospitality Lane, Suite 206 San Bernardino, CA 92408 (909) 381-3666 FAX (909) 381-4176