Loading...
HomeMy WebLinkAbout0650-15_Fontana Auto Mall_7.2a ALORA n E IF C E �s DATE(MMIDD -F�fL1AB",1 MITT I�lV�IJ SIC ar ., .� y�� �'E�. Ol/06/2 o0 PRODUCER (805) 585-6100 FAX 5) 585-6200 ol-man & Wi ker Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TWD Insurance Services ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 196 S. Fir Street COMPANIES AFFORDING COVERAGE Ventura, CA 93002-1388 COMPANY RLI Insurance Company Attn: Irene Arenas Ext: 161 A INSURED KAS Equipment &Rental, Inc. COMPANY Sable Insurance Company B P. 0. Box 9570 CO CANY Topa Insurance Company Ontario, CA 91762 COMPANY D p� 4a 1.tn u i\R k T A 'F E✓ ' !! M y ss d�g' v.' §9�r K'n � �:.. EV Y��., x td THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 COMMERCIAL GENERAL LIABILITY X PRODUCTS - COMP/OP AGG $ 1,000,000 A CLAIMS MADE a OCCUR GL0009471 01/05/2000 01/05/2001 `�€"' '"`� PERSONAL & ADV INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 50,000 MED EXP (Any one person) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANYAUTO 1,000,000 ALL OWNED AUTOS BODILY INJURY $ X B SCHEDULED AUTOS KA 0100282 12/05/1999 12/05/2000 (Per person) X BODILY INJURY $ HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ E GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY:, EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY I EACH OCCURRENCE $ 1,000,000 CRX UMBRELLA FORM 12/05/1999 12/05/2000 AGGREGATE $ 1,000,000 OTHER THAN UMBRELLA FORM rL9942 SIR $ 10,000 WORKERS COMPENSATION AND ER "— .., "'J SM EMPLOYERS' LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE - POLICY LIMIT $` PARTNERS/EXECUTIVE EL DISEASE - EA EMPLOYEE ----,- $ OFFICERS ARE: EXCL OTHER Ten day notice of cancellation 1 1 for non-payment of premium. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS en Day Notice of Cancellation will be given for Non -Payment of Premium. Fontana Redevelopment Agency and City of Fontana are Additional Insured as respects Job: K019 ity of Fontana RT}i. I � �1 y n tF �'�{,.. .S�vr'��r � SE'n_ _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fontana Redevelopment Agency BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 8353 Sierra Ave. OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE�+� Fontana, CA 92335 Mike Johnson/INA ';fmE�a4:�4S .es xa�.,... 10 • City of Fontana C A L I F O R N I A Glen R. Sams, Principal January 19, 2000 Arrowhead Management Group 190 North Arrowhead Avenue, Suite E Rialto, CA 92376 RE: Fontana Auto Mall On -site Sewer Improvements for Parcel Map 14518 Construction Contract Documents Dear Mr. Sams: Enclosed for your action is one fully executed construction contract for the contractor on the above referenced project. Please make a copy of these documents for your records. If you have any questions, please contact the undersigned at (909) 350-6646. Sincerely, Community Development Department En ' .ffring Division t Grego J. Bucknell, P.E. Princi Civil Engineer/Special Projects cc: RDA/Special Projects Director City Engineer City Clerk's Office w/one original construction contract document Accounting Technician (LR) w/copies of the P and CA pages of the construction contract document, and CCAR www.fontana.org 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335-3528 (909) 350.7600 arecycled paper A CORD i� ERA IFgI LIAR P RonucER„ (g05) 585-6100 FAX ($ 5) 585-6200 of man :& 'Wi ker. Insurance '" DATE a MM/DD I� IN" 5�U NEp ( nY, ,.. 11/23/1999 r,,.a ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TWD Insurance Services ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 196 S . Fir , Street COMPANIES AFFORDING COVERAGE Ventura,.;:CA:93002-1388 COMPANY The Travelers Indemnity of Illinois Attn Irene Arenas 'Di rec't #(805) 585-6161 Ext: 161 INSURED K.A.S. Equipment & Rental, Inc. COMPANY g - P. 0. Box 9570 COMPANY C Ontario, CA 91762 COMPANY D MUM - THIS IS TO CERTIFY THAT 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 7CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG $ ;],ECLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ 1 MED EXP (Any one person) $ AUTOMOBILE X LIABILITY - ANY AUTO: i COMBINED SINGLE LIMIT `' $ 1,000,000 B ALL; OWNED AUTOS,,; :"',? SCHEDULED AUTOS ; HIRED AUTOS - NON -OWNED AUTOS 7EECAP266T1787TCT87 11/01/1998 i 12/05/1999 BODILY INJURY (Per person) . X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE $ GARAGE LIABILITY j AUTO ONLY - EA ACCIDENT $ ANY AUTO (( OTHER THAN AUTO ONLY E' SEE EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY ; EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER ' ' . ,:,d' $ $ EL EACH ACCIDENT I THE PROPRIETOR/ INCL PARTNERS/EXECUTNE R EL DISEASE - POLICY LIMIT $� EL DISEASE - EA EMPLOYEE $ OFFICERS ARE: EXCL EPhysical OTHER Damage Comp. $500 Deductible B 7EECAP266T1787TCT87 11/01/1998 12/05/1999 Coll. $500 Deductible DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS Fen Day Notice of Cancellation will be given for Non -Payment of Premium. Fontana Redevelopment Agency and City of Fontana are Additional Insured as respects Job: K019 ity of Fontana a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fontana Redevelopment Agency 8353 Sierra Ave. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Mike Johnson/INA Fontana, CA 92335 ae�k eat � .. x '.... , Ri'; .....-..«+, a'.Y.t,� ua.Y4.+rYtX.��s,.�✓.� DC(i O .'�i �.R. ��r. A-.4 �r �� ..e„�,'.ri &'t;�„'� �`�i�� b, b, ;r§' P O BOX 420807, SAN FRANCISCO CA 94142 080 NSAT 10N sas�to certify that we have Issued a Valhi Workers. Compensation insurance policy;, urance Commissioner tothe employer, named below for the polic�yA period indicated: Jx ::. t � .j a n a� �: t r r +� s policy' is not,subject fo :cancellation bythe Fund except upon;1i days advance.wr well also give you N days' advance notice should this"policy be cancelled prior to JK _ K,A ii scertificate of insurance is7notian insurance policy and does not amend„extend c is es"listed herein Notwithstanding any requirement! term ` or-con-dition of ahi pect to which thisi certificate of insurance may be issup iojr,may, pertain,: the, )cubed herein is sub��ct fo all the t� rimS excluSioris artd; conditt; ns of such policies:; r x + a x : 1THORIZED REPRESENTATIV Mr PLOYER'S LIABILITY LIMIT INCLUDING D)vFENSE3 COSTS S1, 00i NDORSEMENTx#2065�ENTITLED CERT,IFICATEAHOLDERSy.,NOTICE EF,I 1/22/99 IS .:ATTACHED TO AND `FORMS A PARTa_OF, THIS'.,'POLICY �r k , NDORSEMENT #2570:•ENTI TLED. OF : SUBRO•GATION,IEFFECTIVI 1/22/99 IS 'ATTACHED TO AND ;FORMS A,::PART OF THISrPOLICY HIRD,PARTY NAME YONTANA REDEVELOPMENT AGENCY.AND CITY ❑I ti a 1 M1 �V 3 it § . _. coMPEN5Ar1oN WAIVER OF SUBROGATIaiQ INSURANCE FUND -- ENDORSEMENT AGREEMENT HOME OFFICE - SAN FRANCISCO ALL EFFECTIVE OATES APE AT 12:01 AM PACIFIC STANOARO TIME OR THE TIME INOICATEO AT PACIFIC STANOARO TIME ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST: (SPECIFY 3RD PARTY REQUESTING WAIVER, ONE NAME PER ENDORSEMENT) WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY: _ (POLICY NAME) IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 3%. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY. SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF Tills ENDORSEMENT. COUNTERSIGNED AND ISS 2S7O AUTHORIZED REPRESENTATIVE E ENT SCIF 1051¢ (REV. adq) Arrowhead Management Group CHECKLIST FOR K.A.S. EQUIPMENT & RENTAL, INC. ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY.FONTANA - RDA 1. PROPOSAL TO THE CITY OF FONTANA RDA WAS EXECUTED, AND ACCURATE AS REQUIRED. X 2. BIDDER'S INFORMATION WAS SHOWN AS REQUIRED. X 3. BIDDER'S REFERENCES WERE CHECKED AND ARE SATISFACTORY. X 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%). X S. SIGNED "CERTIFICATION OF NON-DISCRIMINATION" INCLUDED WITH BID PROPOSAL. X 6. SIGNED "NON -COLLUSION STATEMENT" AND INCLUDED WITH BID PROPOSAL. X _ 7. 10% BID BOND WITH POWER OF ATTORNEY ENCLOSED WITH BID PROPOSAL. X 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 • Phone (909) 873-9660 Fax (909) 873-9661 • � Carr BIDDER'S NAME KA,J- 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: o 5 D417 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, Specffications,`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..±nsation 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 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 lift 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. BIDDER declares that his license n mber is-751-101 and that the license expiration date is 31 MOVE - DATED Jo� 1999 BIDDER BIDDER'S ADDRESS: BY: BY: Br%� qqw TITLE: �NTIn� c.A gt7co2 g57o PHONE: _rl W-���"[ S FAX: P-2 (90q) -N 7- -71� t-7 t�- I I BIDDER'S INFORMATION BIDDER certifies that the following information is true and core ect : _ Bidder's Name: K` . J• �,I W QPMENT �1iNrk-1 �N Bidder's Address: V, 0 • 130X q670 oNtQ�O, C q (7fo2'�`570 Telephone: �q 0qI \J2�" FAX: Lqo9).5q7 T17 State Contractor's License No. and Class 761 r0 1 Original Date Issued: C 1-5 % Expiration Date: ­61 2= 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: 2lgG �RS�o ED�t�(qoq) q7- l7gS G�two 4-"u5, GA q 1-10q The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are 'as follows: All current and prior DBA's, alias, and/or fictitious - business names for any principal having an interest in this proposal are as follows: K,kla W wt pmeiT 411zaJTAA11 P-3 c CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California prcvidirg for the 'registration of Contractors. % Contractor's License Number 75' ` 01 License Classification Expiration Date ` J ( 120r-yn Name of Individual Contractor (Print or type): Signature of Owner Business Address or Name of Firm Business Address Name Address Name Title Address Name of Corporation K.A- P Business Address I 1 l-7 4 IP6LI IV e PD MON 9 )76p Corporation organized under] h -F.WA? ct tie 84te of Si a'urn resi n of Corporation Signature of Secretary ol Corpc_ riot_ 02-01Rq Date P-4 r, LIST OF SUBCONTRACTORS 13IDDER proposes to subcontract certain portions of the work ' as Lollows Name Under Which Address of Percent Specific r Subcontractor License Office, of Total Description of is Licensed No. Mill or Shop Contract Subcontract SbZI 512bA a I4J�- a ✓E,2s obi- Gd I I t :1,1AELL M Atj& Gc� ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR i LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.50) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED.ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 0 • REFERENCES The following are the names, addresses, and phone numbers for thre'2 public agencies for which BIDDER has performed similar work within the pasta two yejajrrss/:1 yj � NAME/TITLE : &�PzMM� --D '�'-�(`5; `"b PHONE: ( ) ADDRESS: FAX: ( ) NAME/TITLE: PHONE: ( ) ADDRESS: FAX: ( ) NAME/TITLE: PHONE: ( ) ADDRESS: MOM P-6 - KA3 EQUIPMENT RENTAL, INC. PROJECT LISTING AS OF 9/28199 JOB CONTACT DATE/% NO. OWNER / AGENCY DESCRIPTION COST I 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-00 14 $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 De ry (909) 95_5-6785_ 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 _ _ K00190, Huntington Beach, CA 92648 City of Moreno Valley Public Works - Bus Stop Accessibiltiy, Project #CC-1054 $184,254.64 Eric R. Charlonne (714)-536_5430 = 05/99 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% K007 190, Huntington Beach, CA 92648 - -O-- -range ---Public -- -----Facilities------- ---- -o. Pedestrian Ramp, Cash Contract #1022 $97,550.00 Eric R. Charlonne (714) 536-5430 10/99 C of & _ ---_ 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 Waste 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 City of Norco - P.O. Box 428, Norco, CA 91760-0428 Hamner Ave. at Yuma Drive, Parallel Storm Drain Project (P.O. #651) $350,000.00 Joseph Schenke 100% 08/99 (909) 735-3900 City of Alhambra -111 S. First St., K-Rai, il &Wall tmpvmnts. along Front Street. 100% K011 Alhambra, CA 91801 Contract #C99-24 $124,070.00 Ali Cayir, City Eng. (626) 570-3284 09199 Dept. of Transpotation - 3347 Michelson Dr., Ste. 100, Irvine, CA Modify Drainage & Regrade slopes, Contract Approximate Start Date K012 92612-1692 012-A0523 $68,762.00 Ali Solehjou (714) 556-9416 10/99 K013 Department of Transportation -120 S. Spring St., Los Angeles, CA 90012- 3606 Concrete Slope Paving under Bridge, Route . 5, Valencia, Contract 07-AO545 'Z * $59,628.00 Unknown Unknown Approximate Start Date 11/99 ' City of Norco, Dept. of Parks, _ Recreaton & Community Services - Installation and Construction of Concrete Pad 100% K-014 - 2870 Clark Ave., Norco, CA 91760 1for future Bleacher Installation (P.O. #751). $20,346.001 Brian Petrea 1 (909) 270-5632 06/99 V/ Joblist Page 1 of 2 KAS EWIPMENT RENTAL, INC. PROJECT LISTING AS OF 9/28/99 JOB NO. CONTACT DATE / %o OWNER / AGENCY DESCRIPTION COST PERSON PHONE NO. I Completed Co. of Orange Public Facilities & --- --- Resources Dept. - P.O. Box 4048, Repair of San Diego Creek Channel, Ref. 100% K015 Santa Ana, CA 92702-4048 #ERZ0000011 $46,740.00 Terry Collins (714) 567-6259 08/99 Patton State Hospital, Public Works, - - --- ---- — 3102 E. Highland Ave., Patton, CA Replace Sidewalks - Hospital Wide, Contract Start Date K016 92369 - No. 98 SR#_7_19.8-3.0086 $46,688.00 Phyllis Morales (909) 425-7229 10/04/99 Department of Transportation -120 S. -- Approximate Start Date Spring St., Los Angeles, CA 90012- Concrete Slope Paving under Bridge, Route K017 3606 5, Valencia, Contract 07-AO544 $91,556.00 A. Karasik (661) 257-0273 10/99 -------- Department of Transportation - 3347 - - — ---- • Michelson Dr., Ste. 100, Irvine, CA Concrete Slope Paving under Bridge, Route K018 92612-1692 5, Dana Point, .Contract 12-AO553 $71,396.00 Unknown Unknown K019 Co. of Orange -- - ---- Laguna Canyon Channel . _._... — - K020 K021 K022 K023 • Joblist o Page 2 of 2 { DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: NAME/TITLE : ANAW 6E5C - OF 9 IN 5 . n� PHONE • ( 2$ &63 76 ADDRESS: '" ` V0 V C/OU'U' 4 :5-r.) 11-yb -AN 64�-L'-F'15 C q b02� FAX: (52$ NAME/TITLE : �1 VItCI V �1' Uy M1,v �.- (1 V� PHONE • M 1350-3560 ADDRESS: �l 4' U w Ft tZ cJ l• 1/! � V A-/ `-'1 I - I,5OVL FAX: �� �15-3 77�2 NAME/TITLE: 0 `MIEZ I ` `'OW AV'C �aV I Y6 PHONE: n) `4+' J OZ 1 D ADDRESS: 1�. 0 . E5©y -75Cv , L MC5A, CA 131a'44 ' FAX: (f�l�jLlfs5=' 1.2o P-7 12: 14P �1 Bond # 00*59169 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 P_02 KNOW ALL MEN BY 'I'HRAF PRESENTS r. =at tvp ttiC ilrc�Prrii�rir_d, iherPaftpr• called 'rinc'ip:al 'I) . and %hereafter (•:a i 1 r_.d "Surety"), al-P 1IE'- d ;.lrld firmly boLirld unto, r.hr Pontana Re�developineat Agency (he'r•r:.�jI t..er• called "OWNER, , 'in the en:m of Fi fteen Thousand and nn/1.00*****do11ars; '$15, 000 _00) , 1'-rr' ttic payrne rlU of which, well and L.Z•uly to be mj-•d,, wc� hernby jc•)iritly and ::severally bind c.)lir-,ie lves and our `;Uc::c:�Cer;;r1rG arld ase-�ie�rle _. SIGNED this „� day of • • October 1 , 99 The.- condition of the above ohl iyAt,.ic rl is suc:i: that whar•:� c-a' they Principal hays :+ublifitted to the oWNER a ct?r•tA i ri Bid, atr.ac::}trci hereto and her-eby made a part lit--z" ot, to ens.r'.r• i rito a c:ont.r•;.jcrl: in writ in.4 for Iho construction cart. the Fontana Auto Mall on _pite NOW THEREFORE, Sewer parcel map 14518 a . It said Bid is r•e+.je-r-ted, or b. Tr r.nlid }aid i;t lc:ccpted and Px-incipal mxr!cutes and delivcrs a conerAc:t. in the at.t.ar:htd Acgreemertt. Earm w3thirr then (10,1 (3;Iyra titter ac•:CE—ptaricc ;prT)F: sly cOMPIttLed in acc:or•da ric:c_ with said Lid), and t urnislter"r irisuranoe, C:rr•1.1 f.icatcs and r..ridor,sem~nr.r•:, bonds 1'c.fr• faithfe.il c7csr•tormance of na i.d Contract ..,ncA te)r thr. }auyrnent <if ;.ill persons perfUrmiIig 1 abor• orfur:ii .sh i ny rnater i ci ly in connec!:. iorl Lticrewith, arld all other :•*:cauircd c9r�runu_nts, tht rl t i:is obligation r..ilall by vo•i d; othcrwi ne3, thn same ytrull remain in force ,anc3 elEtect, i 1. )�ci:lr� r..xl.rr.ssly. understood tlrid agreed Lhat the 1 i air i I ity cif uir_ty for, any :lad :ill claims he_�rcunder nha.1, in no e.vcrlt, exr:er_d Lhe amount of this; cak>iigatirn ,a:'c hr.rein �it:.at.c:d. For val r.,e received, Rtir•e Ly hereby M ipulatest ,,rid a. rr.� :: that tlae �iYr1 iyration. of sa i.c3 f;ut:cty anc3 i t.c3 :pond ului t t be in 11t_r way impaired <7r 0I L'r-,c:tr-d by any bidding e,r•r"cir-s or ext.rent:ion ;i1' t.t:e time wi.t..hin which 1AII-1 OWNER may C--1cr'ept Stich Bid, andr:r4lid S::rr�t.y hereby wr, ivr_.s nc�t i e:e3 pL any such extension. (»zcga I of 3 ) N-8 Received: 10/05/99 01:32:12 From: Oct'-0'5-99 12:14P P.03 IN WITNESS WHEREOF, Principal and Surety havr h.-rc_unto set: the i r- hand, and seals, and such of t}lem its arc c:orporatic:>rl7J have caused their corporat.r. :rt�;il r.c L.ca bo. hereto aff i xa-d i 11d these pr'erct,rrt..t; to bc.i signed ;.,y t•.htu i r• pre pf-r 'ottieers, on ;.hr (Rly and year I" set torth above. PRINC T.; ATTL"S' (if eoi pora t 1 on) KAS u ' pine t & nt 1, In c . t1 By: - may: J'ritlF.: Danielle Reinberger 4 -= Tit IF: President L11-1t.'.0_100ratt- :t.--a L ) ATTEST: T, LIc_ : (C.'orporate Sr -A", ) SInF."'Y: Amwes urety_ Insurance Company By: _ afa� ricia ZenizoTltic:Attorney-i IMPORTANT; ;surety comnaniFtir exccutincr Rcnd.; must po�;r;rr_tr_: a cerr.•i f.icut e of a;ithor1 L.y trom nhe California Insurance Commissioner author i x i nu Lhcm to wri t:r. :.tureLy it_suranc:a defined in Section 105 of the California Insurance Code, and it the work or prc:rje:c.t is financ.-Pd, ' in whole or in prax•t, with N.:deral q•r';era. or loan funds, rfNuL. also appear c)n. Lhe Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any clains r:ndmr• Lois bond may bte ;•,cidreosod to: Ugame' arnc3 address of Surety) 1800 Me Collum St. Los.-Angpl.es, CA. 90026 (Nairic and addrer tj of agent or reprer;eritative for :.ervic.c of process in ('Al i for:rii-a, _f ditferent. 1'r•ut11 above; - (Te1 t,F•)hranr number anti PAX number, at Surety a rrc3 agent or repx•r_sentativt:t Ccar scrvic:e of px•rar.ess in c"a'I i I ornia) 323 663-7814� P-9 Received: 10/05/99 01:32:12 From: CA-IFORNIA ALL-PI;RP* ACKNOWLEDGMENT state :f California Los Angeles cunt- of me, Pietro y;icciche oefcre V n �Q` 6 9 9 NAME. "L` CF CFF.CfA '.C. -•1ANE DOE. N.^.TAM PUBLIC' SATE Patricia ZeniZO cerscnallY eF eareC• 4AME!SS GF SIGN-ui151 personally {nc:vr. to me - OR - t orovec' to me on the basis of satisfac:orY evidence ;c es :he ;,erson(s) wnose marneis) ,scar= subscribed to the within instrument and ac- <ncwieaged to me tha. he!sher:heY execUted the same in hisiheritheir authorized �ap2clr�!ies), . and :hat by his/herNielr sign tureis) on nstrurnent the person(S", or •Mn ent- Upcn ~behalf :vi icI , ii':e personts) actec, executed the Insu'.:ment. WiTN my h2r.c and offi ! seal. iIFTfin NINUE r 11CF7i 5 �t+lam-: _ ';;u t�iv;rrY P;;9L1C•CAilfv1i�'1� Los D.n eVes County S:GhATvAC -aF nc-AKY ki{ i mt1. l:z^yl'es July 15, 2LIF _r OPTIONAL .:d DrtveRc •aw, r. maY ?rove v3Wat'a 'a aerscns reNirlQ cm the eoeument ane c- 7hC ugh :ha d3ta b910w 15 no' reawea tY • 'raudulant reaTta:hnent of this :orm. UME�l1- CAPACITY CL,UIMED 9Y SIG"gER' ' INCIV!-�UAt. I ^OAPCRF"-z- OFFIC-- � CIS , iT.. i =►� V l ; GENE?A:. A . ORN8y-:N-FAC" ' CU,aR;,1AN/CONSeRVATOR SIGNER is KEPRESENiING, 4�ME a� rtp5GM�51 OA fw"r;TY1•ESI. • ,z0 17ESCAIPTION Of AT'i'ACHED WOC T17L= OR T`!PS 0= OOGU%"F- 4 NUM.EER OF PAGES DATE OF zCCUMENT NAMED A_C SIGtiER;Si CT'riCR THAN �`•-" LIMIAED POWER OF A ORNEY mwest Surety Insurance Company This document is printed on white paper containing the artificial watermarked logo ( -A� ) of Amwest Surety Insurance Company on the front and brown security paper on the back. Only unaltered originals of the Limited Power of Attorney ("PDA") 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 Miceiche As Employees of Patricia Zenizo its true and lawful Attorney -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.0001059169 Signed&sealed this 6 dayof 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 attorneys -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 31st day of August, 1999. John E. Savage, Presidelft 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. O NDE ON1NSU A. .EARS 'te'nn 0mNfn mPUtIIC•CAIIFORNIA11192456 V Om OC Signature NTARY noauAngelesW1 G M Exrn A2002 Comm2CO DEC.14, __ !�`•� 1995 '0 - 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 .:_-oc•�� -�. a_.— — .�—_ .....r+.e.era. - ... ..�.�__..•.. .. ._.... .. _..mow.•- .`.. 0 ALL-PURPOSE ACKNOWLEDGMENT STA'I !s OF California ) ss. COUNTY OF San Bernardino ) On this i a 6&-A-7 . .. DA'�'E , before me, uz e,¢ o personally appeared NAME, TITLE OF OFFICER NAME _j9* OF SIGNER tg*- [,ocj personally known to me' -OR- [ ] or proven to me on the basis of satisfactory evidence to be the person{=. whose namely) ism subscribed to the within instrument and acknowledged'to me than "/she/ executed the same in hi:s:,lher • authorized capacity and that by h*;5/her/ signature** on the instrument the person �*, or the entity upon behalf of which the personf%), acted, executed the instrument. Witness my hand and official seal. NATURE OF NOTARY CRUZ R. BOo—my Nor�Public Won - 1169955 z ary Co forma Los Angeles County MY COMM. BPhX Jan 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 EE'� '. f • 0 NON -COLLUSION AFFIDAVIT STATI , OF Ci'`c AR L:.IV A— ) ) ss. COUNTY OF _L-05 PW&70UiS ) (Name of Affiant) being first duly sworn, says that he/she is 1PQJE6 Iv 1 �� F Q L(,1 PM Gvr Ck6,j L, INC', . (Name of Bidder) of 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, j 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 contract 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 r agent thereof to effectuate a collusive or s a id._ (Signature-) (Type Name) (Title) NOTARY PUBLIC IN AND FOR THE STATE OF C& L j�700_N I SUBSCRIBED BEFORE ME on this 1/ day of Ci 19 ` My Commission Expires: Notary Public 01 CRUI L BORRERO Commission # 1169955 ZWaryNotPublic - Caftomia Los Angeles County My Comm. ExPires Jon 18.20D2 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: ` ����• W RA )- iN� . .. � TITLE OF PERS IGZTG . S I GNATURE : DATE: Please include any additional information available regarding equal._ opportunity employment programs now in effect within your company. wrLoN1mem-roFPorruNiTW +Amvo wn v r SW P M11 UAL-- 1:� M MEvT P-12 • PROPOSAL BID SHEET FOR r' 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 $ - $ V.C.P. 3. CONST. 48" DIA. PRECAST CONC . MANHOLE 5 EA $ I yO $ %per, 4. CONST. 6" V.C.P. LATERAL 16 LF $ ^ $ 5. CONST. SEWER TERMINAL CLEANOUT PER CITY OF FONTANA STD DETAIL 128 MODIFIED VITRIFIED CLAY PIPE STOPPER TO ALLOW REMOVAL 2 EA $ $ l 6. CONST. 6" CLEANOUT PER CITY OF FONTANA STD DETAIL 125 WITH CLEANOUT BOX PER CITY OF FONTANA STD DETAIL 125A 2 EA $ 7. POTHOLE EXISTING 2 EA $ Z_59.r $ �Q UTILITIES 8. SAWCUT EXISTING AC AND REMOVE 300 SF $ $ Sap .. 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 ITEM DESCRIPTION ESTIMATED UNIT UNIT TOTAL NO. QUANTITY PRICE AMOUNT 9. CONTRACTOR TO VERIFY VERTICAL AND HORIZONTAL LOCATION OF EXISTING 8" SEWER AND JOIN WITH 7' +/- OF NEW 8" SEWER l 10.CONSTRUCT 5 LF 8" VCP STUB AT GRADE OF 0.004 25 TOTAL BID AMOUNT $ y 3. A 8 LF $ f $_�DC`aO. •- LF $ ZS7_ $ 2S� r- P-14 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. NAME qoa 1 �-�' `�� TELEPHONE NUMBER 78I-7 FAX NUMBER P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this / / day ofgL�, 19 Q9 . BIDDER [` •����Q���Iy►�i�i�� �� 0. x q5�n 0 NT-A-0,i c�, C4- q 17(o2 9570 Subscribed and sworn to this / day of ��. , 19q-I . NOTARY PUBLIC CRUZ R. BORRERO By Cammisslon # 1169955 i Lip Notary PubtiC - Colifamic Title Los Angeles County My Comm. Bpkes Jan 1 t3.201J2 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 KANC,S• q (Cleg) " LU i�L N k5N1 -�BfIDDER' S NAME _KZ5.115FG. NAME/TITLE Ir SIGNATURE Co2-� rS) TELEPHONE NUMBER ` 1-7 FAX NUMBER P-17 SPECIFICATIONS FOR CONSTRUCTION OF FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 PREPARED FOR FONTANA REDEVELOPMENT AGENCY 8353 Sierra Avenue Fontana, California 92335 Tel: (909) 350-7610 These plans and specifications are the exclusive property of the AGENCY and shall not be used in any manner without prior consent of the AGENCY. Any reuse of these contract documents by OTHERS shall be at the other's sole risk and without liability to the Agency, ASL Consulting Engineers, and Arrowhead Management Group. SPECIFICATIONS FOR CONSTRUCTION OF, FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 Prepared Under the Supervision of: Registered Civil Engineer Ron Sheldon, P.E. DATE: /S"S'ed ASL Consulting Engineers au I� No.32180 � .�( Exp.12 3 Z aci 36- Approved: Robert W. Weddle, P.E. DATE: City Engineer SPECIFICATIONS FOR CONSTRUCTION OF FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 Agency: Fontana Redevelopment Agency 8353 Sierra Avenue Fontana, California 92335 909-350-7610 Civil Engineer: Construction Manager: Geotechnical Engineer: Traffic Engineering ASL Consulting Engineers 225 W. Hospitality Lane, Suite 206 San Bernardino, California 92408 909-381-3666 Arrowhead Management Group 190 N. Arrowhead Avenue, Suite "'Ell Rialto, California 92376 909-873-9660 Kleinfelder, Inc. 1940 Orange Tree Lane Redlands, California 92373 909-793-2691 Consultant: O'Rourke Engineering 1645 S. Rancho Santa Fe Road, Suite 207 San Marcos, California 92069 760-744-3599 TABLE OF CONTENTS FOR CONSTRUCTION OF ' FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 NOTICE INVITING SEALED BIDS . . . . . NB-1 - NB-2 INSTRUCTIONS TO BIDDERS . IB-1 - I-7 PROPOSAL DOCUMENTS . . . . . . . . . . . . . . . .P-1 - P-17 ' Proposal ......................... .........•P-1 ........ Bidder's Information .. P-3 Contractor's Licensing Statement ................... P-4 List of Subcontractors .............................. P-5 References .......................................... P-6 Designator of Sureties P-7 Bid Bond ... ........................ ....... ...... P-8 Non -Collusion Affidavit ............................ P-11 t Certification of Non -Discrimination By Contractors . P-12 Proposal Bid Sheet ................................. P-13 Addendum No. Acknowledgement ....................... P-17 CONTRACT DOCUMENTS . . . . . . . . . . . . CA-1 - CA-21 Agreement ................. CA-1 ......................... Contract Performance Bond . CA-4 Contract Payment Bond .............................. CA-8 General Liability Endorsement ..................... CA-12 Automobile Liability Endorsement .................. CA-16 Worker's Compensation/Employers Liability Endorsement CA-19 1 GENERAL CONDITIONS . . . . . . . . . . . . . GC-1 - GC-12 ' Scope of Work ...................................... GC-1 Location of Work GC-1 Time of Completion........ ....................... GC 1 Liquidated Damages ................................. GC-1 Traffic Requirements ............................... GC-2 ' Hazardous Materials GC-2 Utility Requirements ........................... .. GC-3 Utilities Service Charges ....................... Flow and Acceptance of Water.......... ........GC-7 Removal of Water ..................... .... ...GC-7 Furnishing and Applying Water ......................CSC-8 Cleanup and Dust Control ........................... GC-8 Trench Safety and Sheeting, Shoring, and Bracing Excavation ....................................... GC-8 Standard Specifications ............................ GC-9 1 1 1 1 r� 1 TABLE OF CONTENTS (cont'd) Wage Rates and Labor Code Requirements ............ GC-10 Apprentices. .................................... GC-11 Clayton Act and Cartwright Act .................... GC-12 Coordination with Separate Contracts and Utility Companies .................................... GC-12 SPECIAL PROVISIONS. . . . . . . . . . . SP-1 - SP-38 PART 1 - GENERAL PROVISIONS . . . . . . . . . . . . . SP-1 Section 1 Terms, Definitions, Abbreviations and Symbols...... ......................... SP-1 1-2 Definitions .................................. SP-1 Section 2 Scope and Control of the Work........... SP-2 2-1 Award and Execution of Contract .............. SP-2 2-4 Contract Bonds ............................... SP-2 2-5 Plans and Specifications ..................... SP-2 2-8 Right of Way ................................. SP-3 2-9 Surveying .................................... SP-3 Section 3 Changes in Work ......................... SP-4 3-2 Changes Initiated by the Agency.............. SP-4 3-3 Extra Work ................................... SP-4 Section 4 Control of Materials .................... SP-4 4-1 Materials and Workmanship .................... SP-4 Section 5 Utilities ............................... SP-5 5-1 Location ..................................... SP-5 Section 6 Prosecution, Progress and Acceptance of the Work ............................ SP-5 6-1 Construction Schedule and Commencement of Work .................................... SP-5 6-4 Default by Contractor ......................... SP-6 6-7 Time of Completion ........................... SP-6 6-8 'Completion and Acceptance .................... SP-7 6-9 Liquidated Damages ........................... SP-7 Section 7 Responsibilities of the Contractor ...... SP-7 7-1 Contractor's Equipment and,Facilities ........ SP-7 7-2 Labor ........................................ SP-7 7-3 Liability Insurance .......................... SP-8 7-5 Permits ..................................... SP-10 7-8 Project Site Maintenance .................... SP-10 7-9 Protection and Restoration of Existing Improvements ....................... SP-11 7-10 Public Convenience and Safety ............... SP-11 7-15 Certified Payroll Records ................... SP-15 TABLE OF CONTENTS (cont-d) Section 9 Measurement and Payment ................ SP-15 9-3 Payment ...................................... SP-15. PART 2 - CONSTRUCTION MATERIALS .................. SP-17 ' Section 201 Concrete, Related Mortar, and Materials .................. SP-17 201-1 Portland Cement Concrete ................... SP-17 Section 210 Paint and Protective Coatings ........ SP-21 Section 211 Soils and Aggregate Tests SP-22 211-2 Compaction Tests ........................... SP-22 PART 3 - CONSTRUCTION METHODS .................... SP-22 Section 300 Earthwork .............. .... ...... SP-22 300-1 Clearing and Grubbing ...................... SP-22 300-2 Unclassified Excavation .................... SP-24 300-3 Structure Excavation & Backfill ............ SP-25 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials .... SP-26 301-1 Subgrade Preparation ....................... SP-26 301-6 Soil Sterilant ............................. SP-27. Section 302 Roadway Surfacing...... .............. SP-28 302-5 Asphalt Concrete Pavement .................. SP-28 Section 303 Concrete and Masonry Construction.... SP-29 303-1 Concrete Structures ........................ SP-29 303-2 Air Placed Concrete ........................ SP-33 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Driveways and Alley Intersections ...................... SP-33 303-7 Rock Slope Protection (Rip Rap) ............ SP-34 Section 306 Underground Conduit Construction ..... SP-34 306-1 Open Trench Operations ..................... SP-35 306-5 Abandonment of Conduits and Structures..... SP-35 Section 307 Street Lighting and Traffic Signals. SP-36 307-4 Traffic Signal Construction ................ SP-36 Section 308 Landscape and Irrigation and Installation ............... SP-36 308-4 Planting ................................... SP-36 TABLE OF CONTENTS (cont'd 308-8 Payment .................................... SP-37 Section E Traffic Signing, Striping, Markings, and Markers ......................... SP-38 APPLICABLE STANDARD PLANS APPENDIX I SOILS DATA APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III PLANS SEPARATE DOCUMENTS Title: FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 DRAWING NO. 2770 SHEET NO. 1 THROUGH SHEET NO. FONTANA REDEVELOPMENT AGENCY I NOTICE INVITING SEALED BIDS FOR ' FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 PUBLIC NOTICE IS HEREBY GIVEN that the Fontana Redevelopment Agency, as AGENCY, invites sealed bids for the above stated project and will receive such bids in the offices of the City -Clerk up to the hour of 2:00 p.m. on the 21st day of October , 19 99 , at which time they will be publicly opened and read aloud. rThe work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, ' Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of: VCP Pipe, manholes and appurtenances. The general location and limits of the work are as follows: ' THE FONTANA AUTO MALL SITE IS LOCATED GINERALLY AT THE NORTHWEST CORNER OF THE INTERSECTION OF THE I-10 FREEWAY AMID CITRUS AVENUE. THE WORK IS LOCATED ON THE SOUTHSIDE OF THE FONTANA AUTO MALL SITE. Copies of Plans, Specifications, and Contract Documents are available from Arrowhead Management Group, ("Construction Manager"), 190 North Arrowhead Avenue, Suite E, Rialto, California 92376, (909) 873-9660, upon payment of a.$ 35 ($ 45 ) non-refundable fee if mailed and($ 55 if express mailed). Any questions pertaining to this project should be directed to Glen Sams, Arrowhead Management Group at (909) 873-9660, Fax No. (909) 873- ' 9661. Proposals must be accompanied by certified or cashier's check, or bidder's bond made payable to the.AGENCY in an amount equal to at least ten (10) percent of the bid amount, such guarantee to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. A payment bond and a performance bond, each in an amount equal to 1000-. of the total contract amount,. shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. I . I ' NB-1 1 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. 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. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in ' employment practices on the basis of race, color, 'national origin, ancestry, sex, or religion will also be required. The AGENCY hereby affirmatively ensures that minority business ' enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration ' leading to the award of contract. The Contract Documents call for monthly progress payments based upon ' the Engineer's estimate of the percentage of work completed. The AGENCY will retain 10 percent (100) of each progress payment as security for completion of the balance of the work. At the request and expense of the ' successful bidder, the AGENCY will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the. Contract Documents pertaining to Substitution of Securities. Bids must be prepared on the approved proposal forms in conformance with the Instructions to Bidders and submitted in'a sealed envelope plainly ' marked on the outside "SEALED BID FOR CONSTRUCTION OF FONTANA AUTO MALL ON - SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA - DO NOT OPEN WITH REGULAR MAIL". ' The AGENCY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of (95) days. At the time of submitting a bid, the prime contractor and subcontractors shall possess a Class "A" contractor's license and/or a ' combination of Class "C" specialty contractors license(s) sufficient to perform the work. BY ORDER OF Fontana Redevelopment Agency dated this 6" 1 day of July, ' 1999. Fontana Redevelopment Agency 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 I NB-2 INSTRUCTIONS TO BIDDERS FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 PROPOSAL FORMS Bids shall be submitted in writing provided by the AGENCY . All informatio be clearly and legibly set forth in indicated. The AGENCY will not consider these requirements. PROPOSAL GUARANTEE (BID BOND) on the Proposal Forms n requested therein must the manner and form any proposal not meeting ' Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond payable to the AGENCY in the amount of ten percent (10 0 ) of the total amount bid. Any proposal not accompanied by such a ' guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in ' those documents, the proposal guarantee shall be forfeited to the AGENCY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds and insurance shall be issued by companies which are admitted to do business in California and which have a rating of B plus 5 or better in the current edition of Best's Key Rating Guide. The lowest responsible bidder must execute the contract documents and provide the insurance certificates and bonds no more than ten (10) days after the Notice of Award. Acceptable bond forms and insurance policy ' endorsements are enclosed. NON -COLLUSION AFFIDAVIT ' Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the ' proposal is in all respects fair and without collusion or.fraud. The Non -Collusion Affidavit shall be executed and submitted with the proposal. ' IB-1 ' NON-DISCRIMINATION AFFIDAVIT Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of 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. Bidder shall declare that it does not discriminate in its employment with regard to such factors. The Non -Discrimination Affidavit (on enclosed form) shall be executed and submitted with the proposal. ' PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items ' set forth. No aggregate bids shall be considered. shall set forth for each item of work, in The bidder clearly legible figures, a unit item price and a total for the item in the respective spaces provided for this purpose. The quantities listed in the Bid sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the bidder shall make his own estimates from the drawings. 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. IREJECTION OF BIDS The AGENCY reserves the right to reject any or all bids or waive any informality in any one or all bids received. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which may be applicable to any extra work which is performed. ' DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the AGENCY'S designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed ' Bids.", Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF FONTANA AUTO MALL ON -SITE SEWER ' PLANS FOR PARCAL MAP 14518 IN THE CITY OF FONTANA - RDA - DO NOT OPEN WITH REGULAR MAIL". IB-2 I WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the AGENCY'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 hour without forfeiture of the proposal guarantee. 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. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION 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. At the time of contract award, the prime contractor shall ,possess a Class "A" contractor's license or a combination of Class "C" licenses as required to perform the work. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. I3-3 11 I 1 I I 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 plans, specifications or other proposed contract documents, or finds discrepancies in, or omissions from, the drawings or specifications, bidder may submit to the Construction Manager at fax number (909) 873-9661, 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. Interpretations or corrections received within 5 days prior to bid opening will not be answered. The ENGINEER will not be responsible for any other explanation or interpretation of the proposed documents. ADDENDA OR BULLETINS 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 himself 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 his bid any such addenda issued may render his bid irregular and may result in its rejection by the AGENCY. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. IB-4 IAWARD OF CONTRACT ' Following a review of the bids, the AGENCY 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 AGENCY. At the time of contract award, the successful Bidder shall hold a Class "A" Contractors License or a combination of Class "C" license(s), as required to perform the work, issued by the State of California. 1 Additionally, the AGENCY reserves the right to reject any or. all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the AGENCY. 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. No bidder may withdraw his proposal for a period of ninety- five (95) days after the time set for opening thereof. However, the AGENCY will return all proposal guarantees within ten (10) ' days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. ' LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code ' of the State of California, the AGENCY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, 1 classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the AGENCY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor and all Subcontractors shall comply with the provisions of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. n Pursu a t to the provisions of Section 1770 of the Labor Code, the general. prevailing rate of wages has been ascertained 1 (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. 1 The AGENCY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in .the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and basis of will not under any circumstances be considered as a claim against the AGENCY on the the contract. 1 The Contractor and Subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age (of such employee), except as provided in Section 3077. WORKER'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self -insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to AGENCY along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered 'as included in the various items of work. ICLAYTON ACT AND CARTWRIGHT ACT u Section 7103 of the Public Contract Code specifies that in executing a public works contract with the AGENCY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the AGENCY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) 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 AGENCY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In conformance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities for any monies withheld by the AGENCY to ensure performance under the contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the AGENCY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by AGENCY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the Agency's Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code), bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of to of this prime contractor's total bid. Failure to list a subcontractor for .a portion of the work means that the prime contractor will do that portion of the work. It is the AGENCY'S intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. IB-7 BIDDER'S NAME\.r1'S• `�"�W��""`�'�� �'��'V If�C��l'V`�' PROPOSAL FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 51�+ �syy3 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 TO Fontana Redevelopment Agency, as AGENCY: 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 wcrkman's compensation 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 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 thi's 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. BIDDER declares that his license n mbe is and that the license expiration date is Z�3ti 2oc� DATED I O 20 , 1999 BIDDER A ��N� INC f BIDDER'S ADDRESS: BY: �l I0GM e7lN U B my q5-7�5Er— TITLE: �Pj• oN�.i D, C� q i7 c� 2 q 570 UQC� k� PHONE: ITW L-�^��t (J ( FAX: U P-2 FJ 52 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: K` -C J. 1:.--QI,I, PMENr t @ NrAL, INC. Bidder's Address: 19, 0 . 130X g570 ONT&QID I CA q 1762-4570 Telephone: q Dq 1 FAX: �909) �J`17 � 17 State Contractor's License No. and C-ass �5 I.l D Original Date Issued: L 15 JqS Expiration Date: -7--5) 2cco The following are the names, -itles, addresses, and phone numbers of all individuals, firr- members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: 2AG �.A.-5W EDANUE 17g5- GRiNo 141u51 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: Notql� All current and prior DBA's, alias, and/or fictitious business• names for any principal ^aving an interest in this proposal are as follows: K,Cl P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California proVid_ng for the -registration of Contractors. Contractor's License Number 7,/ (v I License Classification Esciration Date 3 I 12-o� Name of Individual Contractor (Print cr`type) Signature of owner Business`Address or Name of Firm Business Address Name it=e Address Name Tit_ Address ��11 Name ofor . Corporation 1�.. PN Business Address I (l7 4 PIP65LI IV E 1 PD MONI-j u-,;� 9)7�.6 Corporation organized under h' =aw `'e t Le of Si a ure resi - n ^r Corporatior. Signature of Secretary of Corporation Date � Li LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work J as follows: Name Under Which Address of Percent Specific r Subcontractor License Office, of Total Description of �.� is Licensed No. Mill or Shop Contract Subcontract 70 � Zr 5�.a � ,�✓� as J 1i 1� lj �J Y j 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 (0.50) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 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: n NAME/TITLE: -�s�� 1�-liC.�iS PHONE : ( ) ADDRESS: FAX: ( ) NAME/TITLE• PHONE: ( ) ADDRESS: FAX: ( ) NAME/TITLE• PHONE: ( ) ADDRESS: Pw KAS EO'!IPMENT RENTAL, INC. PROJECT LISTING AS OF 9/28/99 JOB [—CONTACT DATE / %° NO. OWNER / AGENCY DESCRIPTION COST PERSON PHONE NO. 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 955-6785 - -_ 12/98 -(909) 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% K003 190, 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% 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 Waste 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 City of Norco - P.O. Box 428, Norco, Hamner Ave. at Yuma Drive, Parallel Storm 100% K010 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, CA 91801 Contract #C99-24 $124,070.00 All Cayir, City Eng. (626) 570-3284 09199 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 _ Spring St., Los Angeles, CA 90012- Concrete Slope Paving under Bridge, Route Start Date K013 3606 _ _ 5, Valencia, Contract 07-AO545 !ZyVC4�j $59,628.00 Unknown .; _�-Unknown 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 for future Bleacher Installation (P.O. #751). 1 $20,346.001 Brian Petrea 1 (909) 270-5632 06/99 Joblist Page 1 of 2 r r I>• it it it Ir it Ir it r r r r r >.r ilk is r KAS EQ--JIPMENT RENTAL, INC. PROJECT LISTING AS OF 9128/99 JOB NO. OWNER / AGENCY DESCRIPTION COST CONTACT PERSON PHONE NO. I DATE/% Completed K015 Co. of Orange Public Facilities & Resources Dept. - P.O. Box 4048, Santa Ana, CA 92702-4048 Repair of San Diego Creek Channel, Ref. #ERZ0000011 $46,740.00 Terry Collins (714) 567-6259 100% 08199 Patton State Hospital, Public Works, K016 3102 E. Highland Ave., Patton, CA 92369 Replace Sidewalks - Hospital Wide, Contract No. 98 SR #7/98-30086 $46,688.00 Phyllis Morales _ (909) 425-7229 Start Date 10/04/99 (661) 257-0273 Approximate Start Date 10199 K017 Department of Transportation -120 S. Spring St., Los Angeles, CA 90012- 3606 Concrete Slope Paving under Bridge, Route 5, Valencia, Contract 07-AO544 Off. W. $91,556.00 A. Karasik Department of Transportation - 3347 Michelson Dr., Ste. 100, Irvine, CA Concrete Slope Paving under Bridge, Route K018 92612-1692 5, Dana Point, Contract 12-AO553 $71,396.00 Unknown - _ K019 Co. of Orange Laguna Canyon Channel Unknown K020 _. . K021 K022 K023 Joblist Page 2 of 2 DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: NAME:'TITLE: AMW OE5r - lUyuIN5 � CID. PHONE: ADDRESS: l�nn IM��aU-c,�n� 51'. , �xb -AN 6� 5, CA q bow FAX: W�� `r l9 ✓ „7g NAME.�TITLE: I111�IVlt'C� W 1`, II 6 PHONE: M ADDRESS: �14' O WT1+ F( IZ 5T. V `-'1 I 15oo -•- �(-a FAX : NAME/TITLE: I ' `2A ` 'C afV-UI 'J PHONE: R) ``s' ✓yL l ADDRESS: P.O. [30 -75(oL-A MC7-5A CA -I j qq FAX: M ') `y J= 21 o P-7 Oct-!0$-99 12: 14P Bond # 0001059169 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 BY THESP PRESENTS t at k'?, Lhe tar.dFr;:s • rir_d 'he called %Irinci } pal 11 ". : } And I- c•-a ; 1 e.c.3 "SUrcty") , arr %ie ' d and firmly boL'irtd unto r.hR: Fontana Redeve- I opineat Agency (.hey rf-a I t.-er called "OWNER}'} , in r}Ze .re;,rr Of Eifteen Thousand and no/1.00*****dollar:; 5,000.-00), 1")r- Ltic payment. of which, well anc3 L.r•uly to be mac-h?, we hereby iniriLly and - ;.;evcraily hind (),jr-selves and our sticc e tar: or-, and asisignu. SIUNED this _ day of „ October 7 g 99 The,, condition of t-he. above obl ictaL.iort is surr;: that wherear.; the Pzincipal has; 14e,tbrrtittod to th? OWNER a certa i rl Bid, atr.ac::hed hCreto and tie. r•t; by made a parr. tet: rcot , to en:.r r 1 %t o a c oti 1. r•a uL , in writing for Lhc construction oL the Fontana Auto Mall on _Site NOW THEREFORE, sewer parcel map 14518 a. It said Bid is rejmctcd, or b. Tr raid Bid is accepted and Pt-incipal mxr..c:u`es and del ivcrs a cone rac• t,. in the at•.t.,ac:hc:d Agree ne-ML. form within then (10} ;3,ays titter ac•:c::r:.ltlarlc:c (Prof:?r-ly complrl.c:d in acac:ordartc�_ with sa ic3 Bid) , and Lurnishen insurance r:er•t. i (.icatcs and ertdorsomente;, bonds l'*r• f a i tthftal performance of na i.d Contra,,•:t ..'rid for the-. s�uyment of rail persons performing 1 abor• or furnishing. matter i ola in connecr:: orl L.hcrcwit'l , and all ocher rrrluircd dr)rumc:nts, then Lhis obligati on -Aiali be voi r3; athc:rwi r,r.., the same rjhall remain in force anc3 e.�ttcct, i t. bci:tq r..xl.. cssly` under�stond and agreed 4haL the 2 i ab i l ity of :: urety for' any and ull claims hr--rounder nha" 1 , in no t-:vont , '5�_xc•:er_ d Liu.- amount of this: ob,iigation ae; he_rcin snat.e:d. For value. received, Sijr'e-L,y hereby t:L ipulaten ,arid artre(_ that the obl iyrsr..ian of said urcty anc9 i t..t. bond a;hra l L be i r; no way impaired or- al-toctcd.by any bidding tur-r•or-s or ext_e-tru.;ion r.l' L-ho time within which L.ttc: OWNER may accept stir:, L;id, and e,elid ':::reLy hereby wa Lves not i c:e o1 any such t_�xtcrsion . 1 Received: 10/05/99 01:32:12 From: Oct'.-0'5-99 12: 14P P.03 ` IN WITNESS WHEREOF, Principal and Surety havr. hercurito set their. hands grid seals, and such of them etc arc, corp:�rat i txl;3 have caused their corporat.r :;metal :.e :.c� he. hereto aff i xr.d and these pr-ee•;Rrtt..rs to be. signed by tht?ir S.f.rrc�(.:rc officers, on :.hr. day and year f' set forth above. PRINC T. ATTNES&if gorporat1on) KAS u'pme t & nt 1, Inc. �y: J.-V fia��� Danielle Reinberger _ �Vit I e : President _ 1 1C:o_vorate SeaL) . SMRF-Y ATTEST:Amwes urety Insurance Company t11y: By: _ U - TiLlc: Pa ricia Zenizo title: Attorney-i fa (Corporate. sr -a". ) IMPORTANT; Surety compani e;:; exccutincr Rinds crust pc7:;C;t-uL; a - cprr.i f. ic:ate of authorL.y from nhR California Insurance Commissioner author i i i nu thorn to writ-.*:- ;crrr Ly instirarive. defined in Section 105 of the California Insurance Code, and it the. work or 1 prc:t jcat is financecl, iri whole car i rt part, with f e-tdvral grant.. or loan fund:i, trn,t:.rL. also appear can Lhe. Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED DORM. Any claims t:nda:r• Lhis bond :nay bte ;-,c.i�ftrcsscd to: - (vamp acid address of Surety) 1800 Me Collum St. Los.-Ancp1Es, CLB 90026__ (Natnc and addret: v of agent_ or repro:;e.utative for ;eZ•v.-L of - prOccss in CAA i f-c.)r:uia, _f different. f r•c_;ttt above) - . (Te] efAluric. number anti PAX number of Surety and agent or representative for service of process in ornia) 323 663-7814� Ca'I i f - (lag!�! •>. r,,-r, 31 .I Received: 10/05/99 01:32:12 From: 1 ., ALL-PURPOSE A,%-0KN0WLErjG;-:MENT State California t�: Los Angeles -------- Pietro y P Patricia ZenizO appeared ::F SIGNERM) cerscrallv -V �-asjs c;satisfa^*0`eviderL L orevec:"0Me Ol tne Persznaily '{no ,vr. to Ce *1-e nerson(s)wnose ithin jrsTr.um.ent and 2C subscribed t e vj - U t.,% d d 10 me *ha,. heishef,'trieY executed 4 a ,re sar'le In hisiheritheir auV10'tiz- ty ir en� Me rvs,ruri ont., n behalf ents'z%! u Pc a,-ec, executed z. 4. Z.1. z MV n2r,,- WITN and nflfi seal. PIETRO MICICICHE Comm. I NOTAM PUBLtC•CALIFCWA Los Angeles COunlY kly Ctm,.j. Expires July 15. 20r,,,'. iA OPTIONAL -1-1:0 ;"vPr.Z 1he icculnen, not r, MSY ;rave 'rauCu!art :eat Went at - OF ATTAC14ED 0GCU?,jENT CAPACITY CLAIMED BY SIGNER ;j iNr-!Vl-�UAL TV ------- —i ............. C; ':':)CIUMEN7 S', A -N=q(c aI .. - i. , T 7AUST, C-UA:R:IAN1C0NSEFVA TOR ------- f A7, C-H. SPI: S, .a* IS gEpRESE. ING: THAN NA-A-D .4A"E OF •-fFl5rPOSI OR . , LIMITED POWER OF ATTORNEY Amwest Surety Insurance Company Expiration ate: POWERNUMBER 0001059169 This document is printed on white paper containing the artificial watermarked logo( A ) of Amwest Surety Insurance Company on the front and brown security paper on the back. Only unaltered 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 limi-ed 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. 1, 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 furthemure, 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.0001059169 Signed&sealed this 6 dayof October 1999 �%[.1�.,</� ,•�, Karen G. Cohen, Secretary **************** RESOLUTIONS OF THE BOARD OF DIRECTORS ********************** ***** This POA is signed and sealed by facsimile ender and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance 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 instrurrient 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, recognizarrces, and suretyship obligations of all kinds; and slid 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 Presndent 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 attorney -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 n=ually 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. John E. Savage, Preside t Karen G. Cohen, Secretary State of California County of Los Angeles On August 31, 1999 before me, JoArnx 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 RTTNESS my hand and official seal. JOANNE E. ANDERSON y 1NSU9''•.., '—'nn Comm.>91192456 P O '9 Si�tature (Seal) v!ON0TA"PUSUCCAJIMM a ?OP A.q.ti n,�t Mdc.wa xw y Pubbt ) let Anylet Camp m C► u Comm. r •t A .21.1001 DEC.14, i =_ 1995 `eR PIS" 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 IV yt_... ALL-PURPOSE ACKNOWLEDGMENT r STATE OF California ) t_. ) ss. r COUNTY OF San Bernardino ) On this Q7g Ttt LAIF. SE , before me, e. eseea-xoo i 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 4vr--. whose name4:o) ism subscribed to the within instrument and acknowledged to me than ]**/she/tom _executed the same in ha�{her authorized capacity(Z=), and that by h=#;/her/ signature{4 on the instrument the person(*, or the entity upon behalf of which the Ir personf%), acted, executed the instrument. �r Witness my hand and official seal. 1. NATURE OF NOTARY CRUZ R. BORF4" Carttmission # 1169955 --- Z -s Notary Public - CCWfomio Lm Angeles County My Comm. BPkm Jan 18, 2002 �I NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. ILI a ( Page 3 of 3 ) �-. P-10 t r. NON -COLLUSION AFFIDAVIT STATE OF p� Y ) ss . COUNTY OF �-�� ITI`�t'i/��l/r/ ) jr- (Name of Affiant) being first duly sworn, says that he/she is �1 v 1 �Tv_of IF', Ti �.�c (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; tJ 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 w} 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 [.s advantage against the public body awarding the contract 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 r agent thereof to effectuate a collusive or s a id._ r� (Signature) VAN LJc� +� N� i (Type Name) kill (Title) NOTARY PUBLIC IN AND FOR THE STATE OF C,6CLA ON I SUBSCRIBED BEFORE ME on this day of 19 t l My Commission Expires: s ��— Notary Public �JJ of CRUZ R. SORRM 7 Commission # 116"55 Notary Pubk - Coffdm . Los Angeles County My Comm. BVm Jan M 2002 -.a E.j CERTIFICATI ON 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 ! r, 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 er,3oloyment; and that it agrees to demonstrate positively and aggressively the principle of equal IF employment opportunity in employment. We agree specifically: IF; 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 ! fj minority com, =ities, and to the minority communities at large. l' 3.. To take affirmative steps to hire minority employees within the company. FIRM: �\ • ��• Y� {— ��V . TITLE OF PERS IGJT SIGNATURE``: n (� DATE: C Please include any additional information available regarding equal opportunity employment programs now in effect within your company. I) ram �MpLNjMOMToffoV.TRNIT yr 2 bow or 5W p m-ri CE5 t�a UAL- M FDV M� 11 ILI P-12 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 NO. QUANTITY PRICE IF If2. 1. CLEARING AND GRUBBING LUMP SUM CONST. 8" EXTRA STRENGTH 1171 V.C.P. 1`' 3. CONST. 48" DIA. PRECAST CONC. MANHOLE 5 ►; 4. CONST. 6" V.C.P. LATERAL 16 5. CONST. SEWER TERMINAL CLEANOUT PER CITY OF FONTANA STD DETAIL 128 MODIFIED VITRIFIED CLAY PIPE STOPPER TO ALLOW REMOVAL 2 6. CONST. 6" CLEANOUT PER CITY OF FONTANA STD DETAIL 125 WITH CLEANOUT BOX PER CITY OF'FONTANA STD i, DETAIL 125A 2 7. POTHOLE EXISTING 2 UTILITIES SAWCUT EXISTING AC �C8. AND REMOVE 300 ILI' TOTAL AMOUNT LS $ $ 00 _ — LF $7,?,-_ $ Z%62.►^ EA $ I q60 $ 7O00. LF $ �5V. $ occ` , EA $ C J� • $ [ �OO . EA $ Oct $ EA $ $©. P-13 SF $ 1 $ 3oo PROPOSAL BID SHEET FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 t.: IN,THE CITY OF FONTANA - RDA BID NO. SB-12-00 ITEM DESCRIPTION ESTIMATED UNIT UNIT TOTAL NO. QUANTITY PRICE AMOUNT 1. CONTRACTOR TO VERIFY �9. � VERTICAL AND HORIZONTAL " LOCATION OF EXISTING 8" SEWER AND JOIN WITH 7' +/- OF NEW 8" SEWER 1 LF $ oco. $ /poo_4- 10 L0.004 VCP STUB 25 AT GRADE OF LF $ �i TOTAL BID AMOUNT $ TOTAL BID AMOUNT IN WORDS u lu P-14 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 ridder shall make his own estimates from the drawings. =idder shall disclose to Engineer any substantial variation between his estimate of quantities and the es:imate 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 cons_dered 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 perfc--med may be deducted from the Contract Price before com:uting 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 :o proceed with this portion of work. The Lump Sum prices shown in the above proposed bid sheet shall include Full Compensac_on to complete and maintain the work shown on the Plans or in the Specifications. K,N,S. fFQW tJQLNTN_AI e.=IDDER' S NAME Caogl - Con - ✓ —ELEPHONE NUMBER �gog1 FAX NUMBER P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of g��� 19C(9. Bt� IDDER .k-,S• (FQUAP)M9 V�i�i�L-1 I P.O. So x q510 orJrtk2i0. Cw" q1-7(a2--q570 Subscribed and sworn to this / day of 19g9. NOTARY PUBLIC / i I -___j CRUI R. BORRER0 By rj Commission # 1169955 Notary Public - California Tit 1 e �� Los Angeles County My Comm. BPkm Jan 1 & 2i102 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 li 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 . I have received the addenda listed below: Addendum No A1p,�&- Date l� Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Kf'�'�• �-�XW� r Iv�uV, �`y `� �-j BIDDER'S NAME �. I NAMES/TITLE �--� SIGNATURE TELEPHONE NUMBER ' Q �N-7- -71 / FAX NUMBER tj 1: P-17 �.J t 1 n CONTRACT AGREEMENT FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 THIS CONTRACT AGREEMENT is made and entered into for the above stated project this 19 day of NDJ6M&eV__ , 19q, BY AND BETWEEN THE FONTANA REDEVELOPMENT AGENCY, as AGENCY, and 12C1�cT7��—� as CONTRACTOR. WITNESSETH that AGENCY and CONTR ACTOR CTOR have mutually agreed as follows: ARTICLE I The CONTRACT DOCUMENTS for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans (Drawing No. 2770 , Sheets 1 through 3 ), and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said CONTRACT DOCUMENTS are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by AGENCY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid CONTRACT DOCUMENTS. rA_LLrr.ark'�&di. CONTRACTOR agrees to receive and accept the prices set forth in the PROPOSAL BID SHEET(S) as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in. the manner and time specified in e aforesaid contract documents; and also including those arising from act'ons of the elements, unforeseen difficulties or obstructions encountere in the prosecution of the work, suspension or discontinuance of the work,'\and all other unknowns or risks of any description connected with the work. , CA-1 �ri I 1 ARTICLE IV AGENCY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations 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 set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR shall defend, indemnify, and hold harmless AGENCY and the CITY, their officers, officials, agents, employees and contractors from and against all claims, damages, losses and expenses, including attorney's fees, arising out of or resulting from performance of work under this Contract and which are attributable to bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss of use resulting therefrom, caused in whole or in part by any act or omission of the Contractor or anyone directly or indirectly employed or engaged by it or for whose acts it may be liable. Without limiting the generality of the foregoing paragraph, Contractor specifically agrees to indemnify and hold harmless AGENCY and the CITY, their officers, officials, agents, employees, and contractors from and against all claims, damages, losses, penalties, fines and expenses (including attorney's fees and litigation costs) arising out of or in any way resulting from Contractor's failure to perform the work required by this Contract and applicable provisions of federal and state law. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. ARTICLE VIII If any legal action is required to enforce or interpret the Contract Documents, then the prevailing party shall have the right to recover from the losing party all costs of such action including attorney fees. CA-2 A 1 I 1 1 1 1 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first written. AGENCY: CONTRACTOR: Fontana Redevelopment Agency Public Body, Corporate and Politic en HiTrft Executive Director ATTEST: Beatrice Watson City Clerk Title SUBSCRIBED BEFORE ME, A NOTARY PU`G�IN AND FOR THE COUNTY OF APPROVED AS TO LEGAL FORM: 4 STATE OF CALIFORNIA, ON THIS day ofInx Clark Alsop or Stephen P. Deitsch Nota Agency Attorney My Commission Expires: Frank A. Schuma Community Development Dire for }� C VIAI%GAREETCANDrLA,cIA1192272 &4"V�Z �Noto-Y Pub!icrmon �SanBc):�ardnoCountyyAi. 6 2 Risk Management ��n'm'�' y. CA-3 1 Dec-06-99 11:24A P.01 BOND NUMBER 102008521 CONTRACT PERFORXANCE BOND (CALIFORNIA PUBLIC WORK) FOR FONTANA AVTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 — IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 ` KNOW ATiT, V N nY T:TFSF PRRSENTt;: THA'1' WHEREAS, t11(: Vord.-orla U,t cii vr'I c�F'>rratrll. Ac:je:1;''y, re=erred to hereinafter as "OBLIGEE") 11a:a L1Wi11-dod Lo KAS EQUIPMENT & RENTAL, INC. (herei nafi-.er desi gnatpd as the t1Ccntractor") , ari- agreement for work dr_ oc r'.ibcici ot.; For Fontana Auto Mall On -Site Sewer Plans for Parcel Map 14518, in the City of Fontana - RDA, -per Bid No. SB-12-00. ' (11EY'r�irlatCC'Y' rctcrrcd Lu ue.3 t_hc "Public! Wo=ktt) , and WHEREAS, the work to be performed by the Contractor more particularly ser. forth in r.hat certain contract fcyr t:11e r.aicj ' Public: Work dutc.d November 18, 1999 __,,,_.._ __•_,. (hereinafter referred to as the °Coritrt.tc_t") , wh:.c 1 Contract is incorporated herein by this reference; and WHEREAS, t1iC. Corltruc:L,eur ir., rt_-quir.'(_cl try ;ka id C:011t:'r•,:V.'1. t,.ti� F.;r�r f,c�r•rtt tho terms thereof and to provide_ a burlct boL tt and guaranty thereof. NOW THEREFORE, We KAS EQUIPMENT & RENTAL, INC. thc undersigned contractor, as Principal , and AMWEST SURETY INSURANCE COMPANY, u corporalirxi orquniz d and exit;l..inq i.tr der• I.he :awt'; ar the. L.tal.c' ' cif Nebraska and duly authorized Lo ,ransuct business under the laws of the State of California as Surety, arp held CiC1d firmly bOUIld uriLo I_}lr_ OSLIOEE in 'Lhe. ;_seal Dr.)ilars($43,687.00) ) , ,r_aid sum being riot lr_rs than one hundred pc_rcerit (100%) of the ' total amount payable by the said OBLIGEE under the terms of the Said C'ontractr., for which amount well ancl t-.-r'ul y -c.) be made, we bind otlr•s;elv:tF;, 011r` heir-t;, exetcoI..or•t; rarld administrators, t•Juc ce_,,_a:aoro and u;�:jiyrit�, joii'SL.ly urid ,::Cv,_ruily, _irtrlly by theso ' presents. ' (face 1 of 4 ) ' 'Received: 12 06 99 11:46:20 From: De6-06-99 11:24A P_02 'fAC. CC)NUT''i'.[ON OF TiIIS ORTiTGATTON TS nt,TM, that, if ::he boin-lden C"(,)ntrac:tcar, hi.=r or i t:9 heirs, P.]Ci�CL1tQt"S, adminlstzatorrs, (succ sstsorts or as(sign3, Shall ill all L.hi.rtgs i:rt..and tc) and abide by, anti well and t:n11y keep and perform tho coven-alt's, caridit iUn,-., C-ir1c rr�]Y'(.:(_tTre.I1LC; i [l L.}rr;. -Al i ci C'ont,.roc.-L orld Orly alteration thereof mado as thorcin provided, on his or its Dart, to be kept and performed atthe time and in the manner therein specified, af-Ld in all r('ra�srt�t.E3 Cit.CUYdir'tg t..c:r t:.he11 iriLy.tt. .ulci tnH.arti.tty; and ;:hall f?aitht::lly fulfill the one year galarantcc of all maz6r_zls and worlclnanship; and iIld(_ialily arld t_;C1V(_'• 11�3nirlr_.t,' L.he OBLIGEE, iL.ts and zacjcrltF, ars �- stipulated in said Contract, then this obligation shall becown null and void; oth(,rwi se- i t: chat 1 be and rema i n i rr frrl 1 force and. of Thr-. t:aid nllrety, for value received, hereby stipulates and a<aret—s that no ' chancic, oxtcllsion of C_mc, al;.cration or addit_oI1 Lo LhL, tc rM. C; of the Contrac c or to the work to }x- rkerfcnined therpirider or thr- i f : r!aI.. i c:).-v; aC:C:0ml:),;n'iy.irlcl L-be ti;h,911 in .any way zaLl(_c:L iLe_; UblicauLicalls art th_s IX)nd, eu1ci it does hr_roby waive notice of any such change, exten inn C:f LJrrie, ' alteration of addition to the teiTls of the Contract or tx) Work or to ti1P. : T)pC:i fiC:ationn. No final ;�er..t'lement.. between the OBLIGEE and 1.}1e Cc.mL r.�rc.:Lur* t3h.ail abridge ' thG right of any berlcfic.iary horot.trldor, whose claim may be unsatisfied. Contractor and S"carety agree that it tr_e OBLIGEE is recltlired to enc.Iagc: the ..el-V C. l of an attorney in coluiec.ti.on w:th anforc:ei::.r,t or t:hr, 1x:an(3. (! ac:h .shall pay OBLIGEE'S aL t oxTacy' rs toos irlc�t.Yz r=d, with or without r_uit, in addition to the above sum. IN WITNESS WIII;}.ZCOF, we have he.re1ulLO r_,r L our h.uldra .uld scats this ` _18th day c.)f November 109 KAS N & E T .. NC. Dante a e1n erger;... resi e t S IJ,4'E" 2=Y AMWEST S ETY INSURANCE COMPANY By: A:.t.Or'r:e.y-irl-r:L Patricia Zenizo/ (Page J c:)f 4) Received: 12/06/99 11:46:20 From: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County /of San Bernardino On L.) n �j 1 -I before me, Mar aret a, aria Nola Public , Date ame an i efr�o 6iicer e.g., ane uoe, Noiary VT') Personally appeared Danielle Reinberger , Name(s) of bigner(s) MARGAREr CANDEIARIA Commission # 1192272 z z 4 _ Notary Public- California Z San Brmarclino County &ay Comm. Fxp Yes Aug 6, 2DD2 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person) whose name(&) iski;a subscribed to the within instrument and acknowledged to me that hWsheftay executed the same in h�herft& authorized capacity(, and that by herA signature(&s on the instrument the person(, or the entity upon behalf of which the persons} acted, executed the instrument. WITNESS my hand and official seal. 61 gna ure of 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 Document '' 11 Title or Type of Document: ��r- En rZM A-N % 0 bN lii't" �rJ�-tC. Document Date: I �q Number of Pages: Signer(s) Other Than Named Above: V (CIl k -Z i 110 Capacity(ies) Claimed by Signer(s) Signer's Name: Danielle Reinberger ❑ Individual ® Corporate Officer Title(s): President / Secretary / Treasurer ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee RIGHTTHUMBPRINT ❑ Guardian or Conservator OF SIGNER ❑ Other: Top of thumb here Signer is Representing: KAS Equipment and Rental. Inc. Signer's Name: N/A ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited []General ❑ Attorney -in -Fact ❑ Trustee FZIGHTTHUMBPRINT ❑ Guardian or Conservator OF SIGNER ❑ Other: Top of thumb here Signer is Representing: Doc-06-99 12:25A The. rato of premium on this bond is 20,20 thousand. The, total ;.-jrr10.Ljr1L. c.31 premium churgcd: Premium Based On Final Contract Price $ 874.00 (The above. jcjuLL bc Lillod ill by corporate Surety.) IMPORTANT: Surety companies execcIlt-AnL q bar-idjj 1111L13t POSSERSS a Cert I E iCuL e of Authority from t1he California Insurance Commissioner aW..11or-Lziliq Lhcm to Write surety insill-Ari(.:u do-4-Ined ir. Section 105 of the California Insurance Code, und if the work or project is financed, it whole or iri po . r,-1., wiLh tedo-ral, qT-Ant... or loarl Fi,jriJ,-:;, L,. HILLsL ait-.;o appear on the Treasury Departments most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any ciaims under thi.s, bond may be addressed to: P. 03 (Num.o and Address of Surety) Amwest Surety Insurance Company... 330 N. Brand Bl., Suite 550 ._G1Pndq1P§ CA... 91203 ' - (Name and Addr-t:tt;i., (.)L Acgent Preferred Bonding & Insurance Services or Reprenent-;,-iL.Lve for service of Process in California if 1800 McCollum St. different from above) _LQ.$ Angeles, CA 90026 (Telepliorit- r(ut,,ibor and FAX Number or Su,rcty and Arren-, (818) 246-0222 or Rt:,E)r*e_swit at ivc for s"1-V-i(!H. ol' procoss in Cal ifor,riki) ._kAL81_2A6-.2535 Fax CA 6 'Received: 12/06/99 11:46:20 From: % 'i'UqL 1, - 3 Of- 4 Dec-06-99 11:25A ALL -,PURPOSE ACKNOWLEDGMENT ' :;TAT:'. 07 _ cca l i corn i .a ) COUNTY OF San Bernardino ) nn before mc, __._•,___._ DATi. NAME, TITLE OF C::FFIC:ER personally appeared - ...... _ NAME (S) OF SIGNER (S) _ [ ] Fie r :jc.irr,a i 1 y k rrc:ywn I..c.5 rnf_ -ph' - [ 1 pr'()vr.�ci to In, on the bas i s uL ranti,stactory cvidcncc to be the person(n) whose naiiir (rs) i:�/are suhsc:ri bec3 L-0 1..he w j L111 rt LISL.r•uint.riL and acknowludclod to me than Tie-lohc_ /tlu_y executed the Same in i r•• ;.authorized capacity(ies) , and that hV h'i;;/i'crr./I.,llri.ic' :sig11L1LurC (s) on the ins riiment:. t.hr 1.:ir•.r'.sOil(!") , or Ltle. critity upon bahalf of whic.:h Lhe UCtf.ld, Oxc:c Ut c: d thc_ instrument. witness my hancl Alld official r.:Hal . 510311ATURE OF NOTARY NOTE: A copy of the power of Attorney to local, representatives of ' the bonding company must be attached hereto. ( P.ayr 4 of 4 ) CA-7 Received: 12/06/99 11:46:20 From: P.04 ...�., &l n i%! r M 00ncsr anKNOWLEDGEMENT 1 State of California County of Los Angeles Pietro Micciche b 18 1999 be+are' me Novem er E ti'. , Or1 DA—NAME. 7T11.OF GFF1Cf1l • E.G.'JANE DOE. NOTARY PuBUC' Patricia Zenizo personally appeared. NAMEi51 OF SIGNERISI personally know li to me - OR - t l proved to me on the basis of satisfactory evidence ,Co be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knewiedged to me that he/shelthey executed the same in hislher/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 oerson(s) acted, executed the instrument. WITNESS my hand and off ical seal. PIETRO MICCICHE Comm. 0105789 NOTARY -PUBLIC -CA IFORNIA Los Angeles County My Comm. Expires July 15,2000 F SIGNATUrIE OF NOTARY OPTIC)NAL Though the data below is not required by law, it may prove valuable to persons retying on the document and couid prevent irauduiant reattachment of ;his form.' CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT. (! INDIVIDUAL ( I CORPORATE OFFICER TITLE(S)- PARTNER(S) [ I LIMITED [ I GENERAL Yi A i r OrRNEY-IN-FACT ( I T e`IUSTEE(S) ( I GUARDIAN/CONSERVATOR ( I OTHM SIGNER IS REPRES=NMNG: NAME OF PIMSONISI ail EKt'1TYIlEs1: 150 TITLE OR TYPE OF DOCUMENZ NUMBER OF PAGES DATz_ OF DOCUMEN, SIGNER(S) OTHER THAN NAMED ABOVE. Dec-05-99 11:25A P.05 ' BOND NUMBER: 102008521 PAYMENT BOND (CALIFORNIA PUBLIC WORK) _._.. FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 ' - IN THE CITY OF FONTANA - RDA HID NO, SB-12-00 KNOW ALL MEN BY TH�'SE VRESENTS : ' THAT WHEREAS, the: u'ontana hedavelopmcnt Agency (sometimes referred to hr_.Y•e=inafter a:; "OBLIGEE") ha:, ,awmrcieci to KAS_E,QUJIPK� .�j _ & RENTAL, INC. ' 171 T�inafter designated as the "Contractor"'), an agrcemen- dated November 18, 1999 , described as follows: For Fontana Arun Mall OpmSite.-Sewer Plans fnr pia �p1_ Man 14518, jr the City of Fontana ED.A.,_per., B.i.d,_Nn_ SR-19-00_ ' eintorced Concrete Pine, VCP Pipe., manholes, � ;1T7c''t.. l t_:Ilyd, local depreMISi(:)tlrlI AF.IJ;h'it1t. ,and c_0ric:r'S1_r•cL`L r•LmovaI and appllr't;Ariarlc•:NrI (he- i tiaft:e•r r'Aret"r' c.i Lc.) far, r. fl(_ "Contract") : and WHEREAS, said ConLrac:Lor' is required to ilarn`Sh a I-x: 1d <-oriricc:tiara with ,said c_ont rac: t , and pursuant to Section 3247 of the California Civil Code; N011, TI-IER2FORB, Wei, KAS E UIPMENT & RENTAL, INC. the r .. ....._. P r i .... _. unc3r:•r:; ir�rlrc9 C:c-)nt_rac:tc,r�, as Pri t1r: i t•)�al ; and AMWEST SURETY INSURANCE COMPANY c•:corr:aI..i(:)n organized and existing lander'.the taws of. the S1-.taL.e: c:)I Nebraska , and duly authorized to trallSact I?11S1I1eF;5 lll1c3e'r r.}1r 1: Wr; c.)I• Ltir_ State of California___,__•, af: 5,:1'ety, Ar•C-,' he1r9 ctrl(:l rir'T111ybQLL1ld unto OBLIGEE and La any Glad ull per'scrl:a, r_o:TlpaniCs Or corporations Rl1t',i t:.led L-o L.ilr. ;atop notices under Section: 3181 of the California Civil Code, in the sual of --FORTY-THREE, THQTJ,$AND, ,SIX,HUIIDRED EIGHTY-SEVEN ,• ' AND N01100----- Dol-1ars ($ 43, 687...Q4__._ .. ) , said =;um be! rig nc:)t, lee.;;; t.harl ono tlundrc.d pore_ cnt (100 s) of the total amount payable-- by the, ::t;a i d OBLIGEE U:ide. r' l.he. Lrr.'l iLl oI. L }lc Contract, for which priycnrnt.. w i 1 1 oru3 L.r'c.,l y L.o bo im_ide, we hind ourse i ves.1, c:)l.Ir,- ' heirs. exec;Liuor:.; and administrators, St1CCe.SSOrS Arid USSi.TIIS, ja;lltl y Arid t_ever'ally, i.ir•rnly by these presents. T1a'FR CONDITION OF THIS 08L1 ATION 11-; SIJC H, t:hal., =t said C'nnt r;ac:t..or, h i ;-T oz, ., is hcira, exec:t.ttors, ,adrrl i rt i eal. raters, - successors or ass i gr1:;, Or :;luti;)c:c.>r:r r'_tcYt c�r'ra, shall fai 1 I..c.) PUY tar any mar.eri al s , p-r c-avi s i ori'L; car e_)L tier Tsupplic s, i mpl t-nie_ raL rs, machinery or powe't• tised 1n, ijpc:)n I:c_)r.' car �tt;auL the nerfc,rm nu+.:i oi Liar_ Public_' Work contracted to bt c9c:)rIe , c.)r Lr� p y any },errtr.)n Ir�r ' any work or labor of any kind, ca:. Lc.)r' i,cratowing skill.,; <or ott1cY- necessary Fa earvic:on r:htarc-�torl, or Lor amouaits dirt:- i.1racier t:1e Unemployment Insurance Code wit.}) r'r::;pe: c:l. to such work or Labor-, or for any amotanl;:, reclijirecl uo bt_ dr_riuc.tc.d, withheld, and paid over to the Employment Development Department from r.he. w;:Ic�E;3 ci empl.c)yt+r:: c)f. paid Contractor and h i rt ;er2x:c;nL..e.ac�ors plays rlt.. I..(.) Section 13020 of the (Pads 1 c_)t 4 ) CA-8 Received: 12/06/99 11:46:20 From: Dec-06-99 11:25A P.06 Unemployment Insurance Code w i l.h r NfIrJe' :t. t.c, tlirc:1,: wc.,r•k aria Tabor as rc-quire(] by L.he. pt-ov i Sri ono cyr Section 3247 through 3252 of the Civil Code, t_ho. Surc t-.y or ;,urc.Lies he i-c_ori will pay for the same iIi rin amount not: excceding the sum specified in rAvi r; bc:u.a, otherwise the above ohl i gat.i (-)n r:chal.J. }:>p vc:, i.c3. Tel :ieir_iition to the. nrov i s-r i c:rrw hr-_ reiriabovc_,, 1A. irs , zigrccd that this bond will. i n:ru re Lo L'he benefit of any and ail persons, companies and c:orpc:f&Lions pnt,.i t:.7.ec3 L(-) r:ver•vr_-JL.crp noL.ices uridr_r• Section 3181 of the Civil Code, so as to give a right of action to them or thpi r ;,t.;raic�ris in uny ;suit brought upo:i Lliiw, bored. Vic Surety, for value rcc.e--ived, hereby stipulates,, and ,rr_t r f,r�r_; L teal- r1U change, c=xtension of time, alteration Or addit..iorir_ to thin tl=?=S Of the-. :-raid C'crntrac:t. csr- Lc.: Lhc: work to bca pe—fcrrmec3 t}1r?r`r'.:rrrc.?r..r car- Lkic_`• accompanying the 'arr'IN i'i;ria., i, in any way Sheet its obligations on this bond, anr] It. c,ic.r+_;; hr.reby waive. tiot'.ic t. Cyr ar-iy stici, c:}ranae, rxl.c�rtt,ic ra ofLiatc , _ilteratirni car 060iL-iori to the: tcrmo of the_ contract or to the: work or� L.o Lh(-, Speci.f i Cati ons . No final sot ticmrrit bs_tLwc_on the OBLIGEE and the Contractor hc_rcunder shall abridge the right of any benefi ci -Fry hereunder, whose c:la ir:r mtay be. urit_uti-ir_;fir_ed. Contractor and Surety agree that if the OBLIGEE it-; required to r-1ngaye Lhc: :.3c,rvic.L-1u of ari Attorney in connectinii wl L}i L.hr_ rriL• orc:cmcnt of this bond, each shal.l 'pay OBLIGEE'S r (c usonable attorney's fees inr:urred, with or' wil..hc:r,rl t.;uiL, -;Xi addition to 1-he ;:Above sum. LN WITNESS WHEREOF, we have hereunto :jet. Q'I!t" }7anCit:; ar1Ci oci.iis till`,`'` - 18th cjay c)-F November_ lq 99 _ PRINC. ; P L/C ni'TQI� KAS U PME NT INC. ry`�j% �./anielle Reinb6i ere ent SURETY_ EST SURETY INSURANCE COMPANY By. ` Attorney -in rcL. Pat 'cia Zenizo/ 'Paqo z of A) C,A- 9 Received: 12/06/99 11:46:20 From: " CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT =0 State of California County of San Bernardino 0 �2.I00 1 On before me, Margaret Candelaria, Notary Public , a e ame an Ti e o icer e.g., -Jane uoe, Notary u ic" Personally appeared Danielle Reinberger ' ame s o igner s Rrpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons} whose name(-} is/ subscribed to the within instrument and acknowledged to me that ha�sheAhay executed the same in hWher/ authorized capacity{es}, and that by WWher/# signature(s4 on the instrument the person(4), or the entity upon behalf of which the person(64 3 MARGAf?Er CAI���LARIA . acted, executed the instrument. Commission #E 1192272 °-; z r ,{� Notary Pubic - California y WITNESS my hand and official seal. Son Beinardino County My Comm. WresAug 6,2 �2 bignature or rvotary h UDIIC 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 Docunm-ent� �I (1 �Q, (�, Title or Type of Document: Pftj / � �N T- 80 ND Vr ` V(kb Lj C., uJ aa.K— Document Date: l'V I "I Number of Pages: 2 Signer(s) Other Than Named Above: Y -� CZ-ON 1 0 Capacity(ies) Claimed by Signer(s) Signer's Name: Danielle Reinberger Signer's Name: N/A ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President / Secretary / Treasurer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: KAS Equipment and Rental, Inc. ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: :•:•:�...t.•:•::•:::.•.;.r:-::•:•:...era:::••:•; , •. �:.�: •:. .•.::.::••:�:.•.r.•:�::•:•;•..•..x:•:•::•:<:�e?.•.:xr.••a:�•:•:v Dec-06-99 11:25A 1 IMPORTANT: Surety c:c.rmFaan .r-s exec-utinq bcy idt, rnrlr';1. a cert.1iiC:i•Le rr; authoril'y 1'•r••c�111 the California Insurance Commissioner aut tlor• i x i rncf them co write suret..y i rinw-r•anc e. defined i n Section 105 of the California Insurance Code, aricl ii thc_ work or proj ect is f.irlanced , i n whole or in pax'L , wi L.11 C.-de.. r a1 , r-�rr3tlt or loan furlds, i L. mural: also appear on zhc_ Treasury Department's most current list (Circular 570 as amended) THIS IS A REQUIRED FORM. Any Clcr.Lrn , under this hand :nay bo addre.sscd Lo: (Narne :Ar':r.3 A(3dr'rr';:-; c;f Surety) Amwest Surety Insurance Company (N�rmc: Und Acidr•oo;.; c-) i. Ayr or Ttepre--mint'aLive f car 'ser'vic c Ui pr'occ.s.o ill California if different From above) (Tolephone Number ar:d FAX ' Number of Surety and Agent Or Reipr'estar11.ai. i vA for nf' proc,:eij,.r i rr 1 i fc:r: nia) P_07 330 N. Brand Bl., Suite 550 Glendale. CA 91203 Preferred Bonding & Insurance Services 1800 McCollum St. Los Angeles, CA 90026 (818) 246-0222 (818) 246-2535 - FAX t P;,r y F '3 c�'_- q) CA 10 Received: 12/06/99 11:46:20 From: Dec-06-99 11:26A STATE OF ':OLINTY OF ALL-PURPOSE ACKNOWLEDGMENT Culifornia ) ss. :pan Aernur•dirly ) ON DATE ' p(m r•r.ranui ly appaar�.--rl NAME, T ITT,F QT O!'i 1C'Eh NAME (S) OF SIGNER S ' L ) personalA y k r'rc.>w;l tc.) me OR - L pr•ovcd to rnF! orr L tic basis QL r;atisfactory ev idorlco. to be thr F.rrr.;_;rarl (r�) wkzc,:.e r��rnc• ;j is/niP subsc:ribt-d 1,0 01c, within innr.r'urT1c2.11t and ac.•knowir'tclyc:d to me than he/she/Oiey oxccuted the raarYu= in IlllS/Yr(--r•/ holr author,•i.zod c:ag)ac•: i L.y (ics) , and r.h,gt.. by his/her/the i 1- on the inuL.rumcnt the pert.-,un(s) , or the e.al_.iLy UP011 bF-I al f, c-)i which t1le persons) , ac:L.eci, cxccuted tt•ie irlytrument. Witne.sr, my hand and off i r.: i ul tar_ai . T , S IONATURF OF NOTARY - ' NOTE: A copy of the Power of Attorney to local representatives Of the bonding company must be attached hereto. . (PusTe 4 n f 4 ) ,.,A -"I 'I P_08 Received: 12/06/99 11:46:20 From: ... r n"onnclr ec^_IcmOWLEDGc1VIENT State of California County of Los. Angeles November 18, 1999 before, me, Pietro Micciche (Dr. OATE NAME, TMI OF OFFICFA - E.G.'JANE DOE. NOTARY PUBLIC' Patricia Zenizo personally appeared .. NAMEiS1 OF SIGNEAISI personally known to me - OR - f l 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 ac- knowiedged to me that helshe/they executed the same in his/her/their authorizes capacity(ies), , and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the oerson(s) acted, executed the instrument. WITNESS my hand and offical seal. Pil `f'U MUM, Comm. 111009 AIOTAR PUBLIC-CALIFORNIA j ^_lOS Ang41 CoUflty .a }11y �1 . Explrs ,r icy 15, Z�d� SIGNATURE OF NOTARY OPTIONAL 'though the data below is not r.eauired by law, it may Drove vaivaoie to persons re►ying on the document and could prevent traudufant reattachment of :his form: CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT. ( ) INGIVIOUAL ( '; CORPORATE OIFFICER TITLE(S)- (; PAATNER(S) i 1 LIMIT ED ( ) GENERAL �(1 ATTORNEY -IN -FACT (1 TRUSTEE(S) ( ) GUARDIAN/CONSERVATOR ( ) OTHER: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF (DOCUMENT SIGNER IS REPRESENTING: NAME of pfASCM51 CA tNrrMEsl. SIGNER(S) OTHER THAN NAtAED ABOVE :ro LIMITED P(,MAVERiu)r)­-, ATTO!.-I, �EY �-tv I. 'Surance Compaii.. Amw :,-t sur 1 ' p-irufl;;iti Ilssie^ __ Wl 01,1%. 111-Mlet-ml vrigin,315 OF the Lim'.IP.d 0" iVt,7lM--,!" Iiii rcl.A .1"ity not ue,cd it,. rolijunctioll Witk POA 'I"m :10A is Q--m-,d by ih,, l3v.-s of til,' Stoic n" v.d is oiilv \nhd ! ;a: th; walmr.liCS LTLMI'Llinu :his FOA ria\ bc irzJ- by .�n\ p �­ nr n :Nall;;,;.-. Surety hiNtvarxe Company (tn�. "C'CIT.ral\.slj�:, '1- anPOA -.0lich :i PUNIUCCL. I'MUd -' ,+;t lissiun Y the tiftji: Company. %ily pane ol'i,lcc :it _61' 16-53 53 ' i ,�,!\V .;1J. T1 1E.S11' PRF.SENT, that ,:'corn: CO:s 11-ltrivi;l zeril."o vivi)-o Mit-Oche ,'vs L'lllpIoY,.Vs of Vnivicia Zenizo AMwnCv-m-,'1,lCt, with limited pow.m. and 2ctimmty for 21IJ ;:o5 5urtn'.1 tv di!:Nur and nt)i,, :1-1c, we ii kiC cc-.:r,-P2iiv ilicre l*;:+tir1.-,j oll bonds, T,.-Cognizimccs, rciris,.:rance azzro.0.1`114 7-.: to! bond or other I'men II'd funds tin In $1.000,000,00 ('011tt-od, (:fjLlt't &. Stilidii.ision Bands till to S-4=13,000,00 alld Elevirlit llollds lip to $100.000.00 ,000 mk(TilMICOU'S lWild', L P TO S "100-00 .si-.1all Business 4flodstration Bonds up to $1.250-000-00 Z:il:d the This uppointnittil is mad: untler and by P..."_%ti of ills Curillnilly, which ::rc mov. in rill'; COICO 'DO I(ERE 3Y C'FRTIFY fliat till.; Powcr o!' Alto:-ocy :11 toll `rcc 'I Lovill on Illi., llo�%cr o�, ci. .;lid lll�ls nut bmil and furilit:rm.ore. that 0-,resolutionsSri ot, Ow D Olt" ilw imt provisions offl,,c 13y-Lu-w; of each Company, are now in 1,61.1 st: 1, trjQ fthe,I- i 999 Knnfii Cy, S-crelar-, _7 RESOIXTIONS OF 'rl1r 90.ARD OF DIRECTORS 'I Ilk I'(1A is si,-nick! and 'Scalmi by :',usiriflk; undc.- and by the euillorit'? 1:*0i.:*1*:;::c'.%wt! resolutions n"note-.1 by the 5n..rd cf Diroc'mr; Lit' Aiw.%L:,.t Skrwly on December 15, 1975; , I `,=iW. lnuv :j-.1floult ar.T.:,Js drat tilt; PrOILIC111 C11' any Vice P:%CSidU'n'., in �`c or alit . S'.�7 dci*­.,_,t! or limilcd m the mmmurnm) I avide-i-xing the on 1w to Cxmx.e and 00"ve!- and aft'i", Seal o:, omd surelyship oblizziti,!r.4 4: 7::t'.: niay wl. ".jcb allm-licy-ill4he: tv ag.-,lit 1--y okc, utit" P( piv. i.).10Y gi jilLctl it) Mi­h Pei -Noll. kkS(X.%1:.D I'I.Wfl lift. lih- cn:,- bond, undertaking, re,.ogmZSllz:C, 01 oNi,-:;Iinn shall 'L,-- ,:I:d an 'ind '.,Pon 1,11c Comp-ly. %v:icn wsk.111c.] by the PresidentPresidentor any Vice President Z:-.: sire Lind I%- 1`0.10:7Cd) any Sa or or ��Lm si . med by the Pt:siderit or P.nv Vice ?,oidcrt or A.tsisinnl Sncirclar". lind n till (Qr4i.�lwd and s:u:cd NI'i sea Le %t4m!--.:d) by- it d jiuthmi/Q:i ruarney-in-i'cl. or agent; or wliv, "idly exe,:litcd and scaled (if a seal be or ugvnit,; "pirstia,it .o and wi:hw 11%; limit; rd Cvidvrv.cd by tlic r.ov.-Crofatorricy isstict. hy Clnz. C0:7l:­7­.­ 1-7 >un tli^.t ill,- sign,10re Or CIP" Cikl­ :;Dul he, arj'r,cd by ft.c.vi-olo to illiv 110.1k or cartaiccUuit 111c: Ihc mocutiml L!(:IiVCl-y of%inv bond; undertaking. recocillzzll:c. :7 -Ill'ti'1411il, o"the Cclnporl.v; and lich and st.,ol 'o used y'X fIed IN I N':;SS ',VH ll`lUiOF. Surety lnsummc Cuirpamv thcsz b, itz Pro-...: and it,; corporate scul,,, to he hertnmio affix:'-! :\uglist. 191)9. Karcn G. S%;crc:ar,. John C. Count,. tlfl.w Alu'lole's lohi e -S� lill', 11 W lilt: :0 M; 3 11 1999 Wort! me, JuAnnc Ai-,derson Nwary Publiz. �_-Sonalll S;tvavc �nd I _-u-n C;- Cullell. p n , . . I -) ill nll !hut C.:. 'mtcd he i to be I!:.- person(5) .vhcs� Z.-, T!-.� 'N itll;a milrill-'rilt and :zIx.kv%\ I-2,_h!vd I, %;unaity"ivs), and that by ',.jC sell(.:). or ill,: zntliv tl n bellzl-' w* %t hich ilic rrr>nrisl aced. 1NSUR S DEC.14, T WITNESS rly rand and _i3: sca' JOANNE E. ANDE19SON Comm. � 11924DO NOTARY -PUBLIC - CALIFORNIA Los Angolos County g. 21, 2002 My Co iron ni, w 371-2000 7130 Las Virge ties Roa d Calnb2SIIS, C�, .91302 F'OIICyNumber: ACORD,,, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/°DIYY) 7/23/1999 PRODUCER HUNTER INSURANCE SERVICES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PO Box 756 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE LA MESA, CA. 91944 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (619)465-8210 11078749 11102041 INSURERS AFFORDING COVERAGE INSURED R.A.S. EQUIPMENT AND RENTAL, INC. INSURER A: UNITED NATIONAL INSURANCE COMPANY MRS DANIELLE REINBERGER INSURER B: PO BOX 9570 INSURERC: ONTARIO, CA 91762-9570 INSURERD: INSURER E: 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 MAY BE 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. INSR LTR TYPE OF INSURANCE POUCYNUMBER POLICY EFFECTIVE DATE MM/DD/YY POUCYEXPIRATION DATE MNWDDFYY LIMITS GENERALUABIUTY EACHOCCURRENCE $2,000,000 A X COMMERCIAL GENERAL LIABILITY L7133757 7/15/1999 7/15/2000 FIRE DAMAGE (Any one fire) $50,000 CLAIMS MADE ® OCCUR MED EXP (Any one person) $ 5 , 000 PERSONAL &ADV INJURY $1,000,000 OCP XCU INCLUDED GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $1,000,000 POLICY PRO- Ll LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGELIABLITY - AUTO ONLY -EAACG DENT $ OTHER THAN EAACC $ ANYALITO $ AUTO ONLY: AGG EXCESSLIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WC STAT U- OTH- IM E E.L. EACH ACCIDENT $ EMPLOYERS' LIABILITY E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHIC LESIEXCLU SION S ADDED BY ENDORSEMENTISPECIAL PROVISIONS CANCELLATION: 10 DAYS FOR NON-PAYMENT, 30 DAYS FOR ALL OTHER THE CITY OF FONTANA, FONTANA REDEVELOPMENT AGENCY, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, CONSULTANTS, AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSUREDS PER ATTACHED. THIS INSURANCE IS PRIMARY & NON-CONTRIBUTORY. BID NO. SB-12-00 / FONTANA AUTO MALL CERTIFICATE HOLDER Yl ADDITIONAL INSURED; INSURER LETTER: CANCELLATION FONTANA REDEVELOPMENT AGENCY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 8353 SIERRA AVE. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL FONTANA, CA 92335 IMPOSE NO OBLIGATION OR LIABILITY OF ANY FOND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZEDEPRE ENTATIVE - ' ACORD 25-S (7197) © ACORD CORPORATION 1988 ENDORSEMENT This Endorsement, effective 07-15-99 forms a part of Policy # L 7133757 Issued To: K.A.S. EQUIPMENT AND RENTAL, INC. MRS. DANIELLE REINBERGER (12:01 a.m. standard time), - By: UNITED NATIONAL INSURANCE COMPANY ADDITIONAL INSUREDS) AND WAIVER OF SUBROGATION The paragraphs marked "yes" below apply to such insurance as is afforded by this policy. A. [ x ] yes, [ ] no. ADDITIONAL INSURED(S): Subject to all its terms, conditions and endorsements, such insurance as is afforded by the policy shall also apply to the following entity(ies) as an additional insured, but only as respects liability arising from (1) premises owned by or occupied by the Named Insured, or (2) the contract entered into by the Named Insured. Additional Insured Entity(ies) All entities for which a Certificate of Insurance has been issued naming them as an Additional Insured with a copy of the Certificate Of Insurance on file with the Company, and required by a written contract. B. [ x ] yes [ ] no WAIVER OF SUBROGATION: Where required by contract and agreed to by the Named Insured, the Company shall not have any rights of recovery against any Additional Insured Entity(ies) named in item A. above. C. [ x ] yes, [ ] no. CANCELLATION: Any policy condition or agreement relating to cancellation is deleted in its entirety and the following applies instead: This policy may only be cancelled by the Named Insured by mailing to the Company or its representatives and to the additional insured(s) shown in paragraph A. above, written notice stating when not less than thirty (30) days thereafter such cancellation shall be effective. This policy may only be cancelled by the Company by mailing to the Named Insured at the address shown in this policy and to the additional insured(s) shown in paragraph A. above, written notice stating when not less than thirty (30) days thereafter such cancellation shall be effective, the mailing of notice as aforesaid shall be sufficient proof of notice. The effective date and hour of cancellation stated in the notice shall become the end of the policy period. Delivery, with receipt, of such written notices either by the Named Insured or by the Company shall be equivalent to mailing. Endorsement # 5 Page 1 of 2 0 If the Named Insured cancels, earned premium shall be computed in accordance with the customary short rate table and procedure. If the Company cancels, earned premium shall be computed pro rata, premium adjustment may be made either at the time cancellation is effected or as soon as practicable after cancellation becomes effective, but payment or tender of unearned premium is not a condition of cancellation. NOTE: The Named Insured understands that this notice of cancellation clause may be in conflict with any premium finance agreements signed or intended to be signed, but that as respects this policy's terms, agreements, conditions and coverage, this clause shall prevail. All other terms and conditions of this policy remain unchanged. Endorsement # 5 WaaL' . J,14L6Z7-- A horized Representative Page 2 of 2 GQ�AL I VWM6ITY E gXWSE MW FORMM RIDEV=pM= AG' MCY 0353 Sierra Avenue Fontana, CA 92335 . BID NO, W-12-00 A. POLICY INF'ORNMON Endorsement # J'— insurPolicyanc Company: arL 2. Policy Term (From) : -7 - i �. - q q (To) : 7 Endorsement Effective Date: 3. Named Insured- 4- Address of Named Insured: (� Additional. Insured (s): F0�'I'P_� � � iu _Ojs70 CITY OF FQN_ T=- Address of Additional insured (s) FQI�ANA CA 2335 S. Limit of Liability Any tie occurrence/ A3g-agate 6. Coverage is equivalent to: Comprehensive General. Liability form GLo002 (Ed. 1/73) Commercial General Liability "O.:currence^ oxm 000001 C .got Bodily InJury and property Damage Coverage is: We, -"Occurrence 11 Note: The Fontana Redevelopment re 1 -1ts n Agency COMER) standard insurance t specify occurrence coverage.„ "Claims-��a Coverage is not e'_e • If comn�excial general liability foam or equivalent is used, f gees='al aggregate must apply separately to this location/paroject or the . f. general aggregate must be twice the occurrence limit. ~. g '► Description of Project., Fn NTa.n� o� Q t i 1 h 1Y1 S 1Fo►nTQ'� � telvuMENTS This endorsement is issued "n i consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: I. INSURED. As respects any work performed on the above - described Project, the OMER and the CITY, its elected or appointed officers, officials, employees, consultants, and volunteers are included as insured with regard to damages and defense of claims arising from; (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work ' performed by the Named Insured on the above -described Project for or on behalf of the OWNER; or (b) products sold by the Named insured to ' the OWNER for use on the Project; or (c) premises leased by the Named Insured from the owNER, the insurance afforded ay 4 is policy shall be ' pr'mary insurance as respects the OWNER and the CITY, its elected or appointed officers, officials, employees consultants, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured's schedule ' underlying primary coverage. In either event, any other insurance maintained by the OWNER and the ciTY, its elected or appointed officers, officials, employees, consultants, or ' volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if prima.^y, affords coverage at least as broad as: (1) Insurance Services Office Form Number GL 0002 (Ed, ' 1/73), Comprehensive General Liabil:-y insurance and.insurance services office form number GL 0404 Broad Form Comprehensive ' General Liability endorsement; or (2) Insurance services Office Commercial General ' Liability Coverage, "occurrence,, form CG 0001; or (3) If excess, affords coverage which leastat s broad as the primary insurance forms eferenced in the preceding sections (1) and CM , 11 CA-13 I - r.w.rn�+�I..w.M�� r .. . .. .w ....rwrt�w.-.�..�. �.r�.�.+�.rl►M w.�w ��hY.+W"M'T�MM..r��..r 4. SEVERABILITY OF JRTEREET, The insurance afforded by this Policy appl1eS Separately to each insured who is seeking coverage or against whom a claim is made or a snit is liability. brought, except with respects to the Company's limit of S. PROVISIONS REGARDING THE INSURED+S DUTIES AFTER ACCIDENT OR LOSS. My failure to comply with reporting Provisions of the policy shall not affect coverage provided to the OWNER and the CITY, its elected or offlcials, employees, consultants or volunteers, appointed officers, 6. CANCELLATION NOTICE. The insurance afforded by this Policy shall, not be cancelled, suspended or mod4 renewal of such a policy declined unless notice ;s Mailed, (Mail or by certified mail return receipt requested, to the OWNER .and the CITY at least 45 days date of the nonrenewal, suspension pOromodif:ica**_ or to the effective or tat least 30 days Prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and clawr„s are to be reported to the insurer a-, ATTN: (Title) (Department; ) (Company) !Street Address) (City) 25- � l e Number) CA-14 (State) (tip 6-ode) -1 ax Number) H 1 D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER ' I , MAta ht Alv n rE —k have warrant that I (print/type Hama). ' authority to bind the below listed insurance signature hereon do so bind this company. company and by my '. 7')al'tt 'A (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the OWNER) IdORGANIZATION: &din Te 12 rh .5 Un1 (9 :Se 2 U ! - P, S ' TITLE: 1CG A) G/2 ADDRESS : 6 b ' TELEPHONE :(6I49J 7 FAX No :Id Id 1 Ing lie CA-i5 - ry��=''.��� 3�fi 1�1 ���'� �`�E 9�C�g i 6i $+'Z�e i��£., �_.._�.,r,. ACORD rDATE(MM/DD/YY) i,..., 1999 ,. PRODUCER (805) 585-6100 FAX (805) 585-6200 . „ �olman & Wi ker Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TWD Insurance Services ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 196 S. Fir Street COMPANIES AFFORDING COVERAGE Ventura, CA 93002-1388 COMPANY Sable Insurance Company Attn: Ext: A INSURED KAS Equipment & Rental, Inc. COMPANY Topa Insurance Company B _ P. 0. Box 9570 Ontario, CA 91762 COMPANY California State Compensation Ins. Fund COMPANY D THIS IS TO CERTIFY THAT 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG $ CLAIMS MADE F—] OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY ANYAUTO COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS SKA 0100282 12/05/1999 12/05/2000 X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY.{ ,. w V EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 BUMBRELLA FORM L9942 12/05/1999 12/05/2000 AGGREGATE $ 1,000,000 RX OTHER THAN UMBRELLA FORM SIR $ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY THE PROPRIETOR/ PARTNERSIEXECUTNE INCL FX1 803547-99 I 10/01/1999 10/01/2000 X I TORY LIMITS ER EL EACH ACCIDENT $ 1,000,000 EL DISEASE -POLICY LIMIT , 0� $ OO , OOO 1,000,000 EL DISEASE - EA EMPLOYEE $ 1,000,000 OFFICERS ARE: EXCL OTHER Ten day notice of cancellation for non-payment of premium. DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS uto: Certificate holders are additional insureds as respects bid no. SB-12-00— ERTIFi ATE„^,O E ' .. x, �.. ; ,. , ,• „ % Y " ,. 3 gym, P `, ^. , AN T , w , _ % ,, r •. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Fontana Redevelopment Agency and City of Fontana 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 8353 Sierra Avenue OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Fontana, CA 92335 •,[7r-c-02-99 08:43A• • UK t � AUTOMOBILE LIABILITY ENDORSE F'ONTANA R.EDIK OPMENT AGENCY 8353 Sierra Avenue Famtana, CA 92335 P.03 BID FA NO. SB -12 -'0 0 _ dnrsefnent A. POLICY INFORMATION — — — — — — - 1. Insurance. Companv : _Sable Insurance Company ?cl z cy Number: _SK..k 0100282 2 Pollicy Term ',r rOT, _ 12/5/99 12/5/00 Endorsement �t`ec=_ve :;ate, 12/5/99 3. ?Warred i asured ; KA _ E_C u invent & Rental, Inc. _ 4 • `'dd~-5s L= ?�a•�;e.t = _-- P. 0. Boa 9570, CA 91762 =�� — _ — Ontario, 5. Additional i - v. r A — 6. Address of Aadi=_c^a'_ :^su_ed FA �", •. ^ ; _� - a ? 635533 S I ERFtA AV�'IVl 1 o 5 7. Limit, c- kny 2-ne ^ccr:rrezc�iA �-ec3•J 4�,�,•000_ Theyale an excess liability poy with $1,000,000 limit) Total auto liability liit i� mZ;uaTl-o tT -- -- 6. ^� B. POLICY AMEMMENTS This endorsement is „c 75idcra_-i or. Of " j�a Premium. Notwithstaadiri_ G::_v pO11`y policy to wi:ic • t _s Statement in =nc en= u_-cnt is attached O cndcrsement attached=hcret= __ _s _ r ary other a greed as oj1 ows : 1, INSURED. ?:he OWNER '-r`G' O-`'�i _als G-:; _ CITY, __s elected or arpointed `•'. _+ rs, .C" nc. vi1n�S,-:!mZ)'_^. —?es and voi:li tee= �C'e._ S4`+:=�P.(1 3S _n:3 rt.- -W. �� regarms to ds'-gag-+s and of :--lairs:--laims a. _s. na =r�rr • the ow-nersi-P operat use, :,oaai_?: C InlOadIr ang Or V ion� . aura rased, 'r.. - ed or brrrt)wed y t :ama - ownc d c' c�►ier.!:e.• ] ia:.' - ``, G �_ • the P d Tnsi:t-3u z•�gard] cs:; o.' a ^om� ir. i ' ly •t: " G' _ - a:iLab2c to the.. Name Irsar_d C_TY _ a�lon In:.ured -the OWNER _ ^yejss �`^-^r�.° o:ric_als, CA-:_ ' Dar_-02-99 08:43A- 1 P.04 2- CONTRIBUTION NOT REQUIRED As respects wort b t �e Named Insured for or on behalf of ;.he OWNER and the City of Fontana, the insurance afforded by this policy sha] 2 : (a) be primary insurance as re,-pccts L::e OWNER and the CITY, elected or appointed officers, employees, consultants, or vci•-Mreers; cr (b) Stand in an Unbroken chain of ccverage in excess of :he hamcd insured's ~rixa=y coveracc. in richer evenr., any other insurance mai n!_ained byr the OWNER and the CITY, its ^tea o_ a_tzointed o=-'Jeer's, a==ciais, zmployees, consui=ants or volunteers shall be _n ex-c-css of this _nsurance and shall no: cent_ ibute wit;. it. 3. SCOPE OF COVERAGE. This nc:;icy, if primary, affords coverage ZZ., "amid =_,s red gat lea: L as broad _=s: Ser-v-ices Office form number CA 00001 B) , C•nAe 1 -"an-tv au=o") a:_C. ndu_sement -A 0- (2) if :x=ess, corerage w`iich is a' _C•ast as — ...0 - —�• S._r�—�. 1 yam.:, t rah 4. SEVERABILITY OF INTEREST. 7_hc _nna_ance afi=rded this policy appies separaze-y to each insured who Is seeking coverage or aga_ .st wn:;m a claim is made or a suit is brought, exceut with respect to the Company's '_'-trit of liabil_ty. S. PROVISIONS REGARDING THE INSURER'S DUTIES AFTER ACCIDENT OR LOSS. Any fa_]tyre _- Comrly with -eportinq =rz) isior:s of the pol-cy s-Eil _ r.;.,- a==Act coverage providad L v - -the. ..+— . OWNER and CITY, officials, employees, __- el2cr-ed %_ consultants, cr appointed cf-'ic:er= l*olunteArs. 6. CANCELLATION NOTICE. ?he insurar_=e afforded by i s policy shall not be ca.ice_ . ed, suspe_.ded cr nodif ted, Or =snewtal of such a ;policy declined un-ess n^tl : e Is mailed, by certified 45 days prior to Lice effective da:;c of r.he nonrencwa'- , mail return receipt _e0UeSLcd, :.3 the OWNER and the CITY aL least suspension or mc6i=ication or at least 30 days prior to L;ie effective date of canc�llut_,n. Doc-02-99 08: 44A- P.05 C. INCIDENT AND CLAIM REPORTING PROCEDURE Inci.denzs and claims are to be reported -o the insurer at: F.TTN : Shirley Rhoads _ „ Claims Department :__tIe) (DPpartment) Tolman 6 Wiker Insurance _ - Company ) 196 S. Fir, Ventura, CA 93002 : S'.rµYt Address) - - - ty` _ ,,ctatc} (Zip Code) 805-585-6168 805-585-6268 tlephone Number: ._�;X N rber) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER _ �•✓oH1'Sone .:ar_an T ave auchor_ty to ;print/type name) bind :.he beicw lis ed zomz:any ;ind by my signature hereon do so bind thzis company. (SIGNATURE CF 7%1=7707RiZE: ...=icnaLare re'.:uired o: e:-d-_rsP-nPrL -_::ad -.. - OWNER; ORGANIZAT?ON: Tolman & Wiker Insurance TITLE ; Partner ADDRESS: P. 0. Box 1388, Ventura, CA 93002 TELEPHONE: 805-585-6138 =AX NO ; 805-585-6238 CA- 18 iSent bysLYNN'S DESK Dec-82-99 81128pn from-989 7816+585 6288 Paie' 3/ WMiIM' S C0KPMM=CK/IIC'L = S L7ABIIaITY ENDM . MMC F011M FXMEIZTIMW AC,EN<'Y ' 8353 Sierra Aveaue Fmtana, CA 92335 BID NO. SB-12-00 A. POLICY IIMTd*=CN Endorsement 1. Insurancey California State Compensation Ins. Fund ( "the ) Policy Number: 803547-99 ' 2. Effective Date of This Endorsement: 12/2/99 3. Named Insured: KAS Equipment & Rental, Inc. 4. Additional Ins..t.:ed (s) . FCNI'ANA, RZMEV=Pi'= ASENCY AND C1.1rY C F=AID, S. Address of Additional Insureds) 8353 AVENUE, FONTANA, CA 92335 6. Employer's Liability Limit (Coverage B): 1,000,000 B. POLICY AMMM NrS In consideration of the policy premium and norwithsta-xii ng any inconsistent statement in the policy to Gridch this Endorsement is attached or any other endorsen-ent attached thereto, it is agreed as follows: 1. Cancellaticn Notice. The insurance afforded by this policy shall not be cancelled suspended or modified, o; renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the OWNER and the CITY at least 45 days prior to the effective date of the nonrenewal., suspension or modification or at least 30 days prior r-o the effective date of cancellation. Insurance Code Section 674 provvidea that a policy of liability insurance ' issued to a local public entity, including CITY, as a name insured shall not be cancelled or renewal of such a policy declined for reas=a other than ncnpaymeat of premium unless notice is mailed by certified mail return receipt requested has been given to the OWNER and the CITY at least' 45 days prior to the effective date of the nonrenewal orat least 30 days prior to the effective date of cancellation. D.c-82-99 81229►n Pron 999 - ' 7916+583 6208 pt.-:i 4i Sent by+LYHN'S DESK 2 Waiver Of ftbxtgaticn- The Insurance any s tO waive all rights of subrogation against the OMM and the CITY, its elected or appointed officers, officials, agents and eMloyees for losses paid under the terms of this policy which arise from work performed by the named insured for the CMM- Incidents and claims are to be reported to the insurer at: ATTN: Susan Smith Claims Department (TITU) (AEPAR'II�NT) Tolman & Wiker Insurance (OPANY) 196 S. Fir (STR= ADIF..ASS) Ventura CA 93002 (CITY) (S=) (ZIP 0XV 805-585-6100 805-585-6200 (TFrL,F._oHM A-;Y MR (FAX NUMM) D. SIGMUM OF INS= OR AD'EMM OF TM 3NSM;MR I, /L1 , W- JaNNS off' w-e-rant that I rave authority to (print/type name) bind the below listed insurance =•*pany and by my signature hereon do so bind this company. SIQWTURE OF"Z11=12 ' REI A (Original Signature required on endorsement furnished to the OFar''r I ORGANIZATION; Tolman & Wiker Insurance TITM Partner pIM)pMS: P. 0. Box 1388, Ventura, CA 93002 TELETH . 805-585-6138 MX NO: 805-585-6238 CA-20 GENERAL CONDITIONS FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 SCOPE OF WORK The work to be done consists of furnishing all materials,. equipment, tools, labor, transportation, services and incidentals as required by the contract documents to complete the work for the above stated project. The general items of work to be done hereunder consist of construction of: VCP Pipe, manholes and appurtenances. LOCATION OF WORK The general location and limits of the work are as follows: THE WORK IS LOCATED ON THE SOUTHSIDE OF -THE FONTANA AUTO MALL SITE. THE FONTANA AUTO MALL SITE IS LOCATED GENERALLY AT THE NORTHWEST CORNER OF THE INTERSECTION OF THE I-10 FREEWAY AND CITRUS AVENUE. TIME OF COMPLETION The Contractor shall complete all work in every detail, within 25 working days after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor shall place the order for materials within 10 working days following project award by AGENCY. Verification of order shall be presented to AGENCY. LIQUIDATED DAMAGES Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the AGENCY. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the AGENCY or to be deducted from any payments due or to become due the Contractor for each consecutive calendar day in completing the whole or any specified portion of the work beyond the time allowed in the specifications are prescribed in the Special Provisions, pursuant to Public Contracts Code Section 10226. GC-1 TRAFFIC REQUIREMENTS ' A minimum of one (1) travel lane in each direction shall be maintained on all paved streets within the construction zone at all times. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall submit a plan detailing the delineation and protective measures to be undertaken for AGENCY and CITY and other agencies' approval. Said plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns. Delineation shall be in accordance with the California Department of ' Transportation Traffic Manual as approved by the City Traffic Engineer. No street closures shall be made without the prior approval of the ENGINEER and other agencies involved. (See SP-14) Steel plate covers shall be installed per Work Area Traffic Control Handbook (Place Bridging) over all open trenches at the close of construction each day so that a minimum of one (1) travel lane in each direction can be maintained during non - construction hours. HAZARDOUS MATERIALS Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the ' existence of possible hazardous materials, as follows: If the work entails digging a trench or other excavation four (4) feet or more in depth, contractor shall promptly, and before the following conditions are disturbed, notify the CITY AND AGENCY in writing or any material that the ' contractor believes may be hazardous waste; any subsurface and latent physical conditions at the site differing from those indicated; or any unknown physical conditions at the site of any unusual nature, different materially from those ' ordinarily encountered and generally recognized as in inherent in the work of the character provided for in the contract. GC-2 �I 1 ' UTILITY REQUIREMENTS ' The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise ' locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1/800/422-4133. Contractor shall contact USA as specified and shall provide the Agency with proof of contact with USA upon request. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. ' The utility companies listed below can be contacted as'indicated. 1. Fontana Union Water Company Local Telephone (626) 448-6183 Ext. 252 ' 2. Fontana Water Company Local Telephone: (909) 822-2201 ' USA Member Utility, Phone 1-800-422-4133 3. Marygold Mutual Water Company ' Local Telephone: (909) 877-0516 4. Pacific Bell (Riverside Engineering Division) Local Telephone: (909) 359-2165 USA Member Utility, Phone 1-800-422-4133 5. Southern California Edison Company (909) 357-6223 ' Local Telephone: (909) 357-6223 (No. of Merrill Ave) (909) 357-6231 (So: of Merrill Ave) USA Member Utility, Phone 1-800-422-4133 6. Southern California Gas Company Local Telephone: 1-800-427-2200 Hank Delgado (909) 335-7715 Fax (909) 335-7527 ' USA Member Utility, Phone 1-800-422-4133 7. Fontana Community Development Department (Sewers and Storm Drain) Local Telephone: (909) 350-7610 (Engineering) (909) 350-6760 (Maint. yard) ' 8. Comcast Cable Local Telephone: (909) 975-3342 9. Inland Empire Utility Agency ' Local Telephone: (909) 357-0241 GC-3 1 ' 10. Southern Pacific Railroad Local Telephone: (213) 629-6161 Fiber Optic Cable: (800) 283-4237 11. Cal Trans Local Telephone: (909) 383-4536 ' 12. U.S. Sprint Local Telephone: (909) 873-8080 13. San Bernardino County Flood Control District Local Telephone: (909) 387-2571 ' 14. Kinder Morgan Energy Partners Local Telephone: (909) 877-2373 15. West San Bernardino Water Company Local Telephone: (909) 875-1804 iThe California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained ' in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at 909/793-2725 at least two (2) working days prior to the start of construction. ' The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the plans or not, and shall assume full responsibility for all damage resulting from his operations. The Contractor shall coordinate with each utility company as to the requirements and methods for protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including ' temporary service connections. By submitting a bid, the Contractor acknowledges the above referenced utility work to be done -in conjunction with this project. The contractor shall schedule the work and conduct the operations so as to permit access and time for the required utility work to.be accomplished during the progress of the work. ' The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time the his schedule. Payment for ' the above, including coordination, protection in place, and temporary connections, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional ' compensation will be allowed. GC-4 ' To the extent required by Government Code Section 4215, the AGENCY shall compensate Contractor for the costs of locating and repairing damage to utility facilities not due to the failure of Contractor to exercise reasonable care, and for removing or relocating main or trunk line facilities not indicated in the ' plans with reasonable accuracy, and for equipment necessary idled during such work. Contractor shall not be assessed liquidated damages for delay 'caused by failure of AGENCY to provide for removal or relocation of such utility facilities. The Contractor shall "pothole" to determine the exact horizontal and vertical location of the underground utilities and conduits including but not limited to existing water, gas, storm drain, sewer, electric, telephone, cable t.v. and signalization conduits where the conduits will cross as shown on the plans, ' marked in field, or as directed by the ENGINEER, in conformance with Section 5-1 of the Standard Specifications, and shall immediately notify the Engineer in case of conflict. This shall be the first item of work completed. The Contractor shall be responsible for obtaining the horizontal and vertical measurements to the utility once exposed. The area of pavement removed for potholing shall be the minimum required to perform ' the work. Pavement removal, if required, shall be by saw cutting. Following excavation in paved areas, the existing soil shall be replaced and compacted to 950 or greater to a level of one foot below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush with the existing finished ' surface. In areas without paving, the soil shall be replaced and compacted to a level even with the adjacent grade. All backfilling and compacting for potholing shall be completed under the supervision of the Inspector. Any backfill-ing or compaction done without proper inspection will require submittal of a soils report confirming compaction of subgrade and base and gradation conformance prior to final release. Compaction testing will be performed by the AGENCY. For potholing done without the proper supervision, the cost'of testing shall be deducted from the compensation paid to the Contractor for potholing. The Inspector may, at his discretion, order testing for any area he believes to be below the required compaction, whether he has reviewed the work or not. If the suspect area fails to meet the required compaction, the Contractor shall rework the area until the specified density is obtained. The AGENCY shall then retest the area for compliance. The cost of all testing within these areas shall be deducted from the compensation paid for potholing. If the suspect area meets the ' compaction requirements, the testing will be at the AGENCY'S expense and the cost will not be deducted from the compensation paid for potholing. GC-5 11 11 11 Cold mix patches shall remain in place a minimum of five working days to assure proper compaction. Cold mix patches within the proposed areas to be repaved may remain in place until such time as the final paving is undertaken. The Contractor shall maintain full responsibility for the temporary cold mix patch and shall complete all required maintenance and repairs until final paving is completed. Following approval of the waiting period by the CITY, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and construct the final patch using a C2- AR4000 hot mix asphalt. A tack coat shall be applied to the pavement edges and surrounding areas. The thickness of the asphalt concrete layer shall be one inch greater than the existing section, but not less than four inches. Payment for potholing shall be made at the contract price bid for each and shall include full compensation for furnishing all materials, labor, tools and equipment to provide this .item of work, complete in place, including pavement removal, excavation, measurement, backfilling, compacting, temporary and final patch, maintenance, temporary and permanent striping and all appurtenant related work and no additional compensation will be allowed. The bid quantity shown in the proposal sheet for potholing. is an estimate only and maybe substantially different from the actual work performed by the Contractor. The exact number of potholes to be performed by the Contractor shall be as determined by the ENGINEER in the field. Payment for potholing will be made at the contract unit bid price only for the work actually performed and pre -approved to be performed at each location by the ENGINEER in the field and shall not be subject to the provisions of Section 3-2 of the Standard Specifications. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. UTILITIES SERVICE CHARGES The contractor is responsible for all utilities service charges related to the work during the course of construction and construction maintenance periods until the project has been accepted by the AGENCY. Payment for the utilities service charges shall be considered as included in the prices aid for various items of work and no additional compensation will e made therefore. GC-6 FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges ' that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Contractor submitting a bid assumes all said risk. i The Contractor shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the ENGINEER, are not subject to probability of damage. The ' Contractor shall obtain written permission from the applicable public agency or property owner before any diversion of water outside of street right of way will be permitted. I REMOVAL OF WATER I The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least two (2) hours. Water shall not be allowed to rise unequally against the wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and preservation of final lines and grade of the bottoms of excavation, all subject the approval of the ENGINEER. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter -Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. GC-7 r] 1 FURNISHING AND APPLY WATER Furnishing and applying water shall conform to the applicable provisions of the Standard Specifications. Full compensation for furnishing and applying water will be considered as included in the prices paid for various items of work and no additional compensation will be made therefor. The Contractor shall make application for a permit for a temporary water meter as required. 1 CLEANUP AND DUST CONTROL Cleanup and dust control shall conform to Section 7-8.1 of the Standard Specifications. Full compensation for furnishing all labor materials, equipment, and incidentals to clean up and control the dust. as specified above shall be considered as included in various items of work and not additional compensation will be allowed therefor. TRENCH SAFETY AND SHEETING, SHORING, AND BRACING EXCAVATION The Contractor. shall utilize sheeting, shoring and bracing as required to minimize the trench width or to protect existing improvements or utilities in place as required for this project. In accordance with Sections 6500 and 6705 of the Labor Code, the Contractor is required to obtain a permit from the Division of Industrial Safety for any trench or excavation which is five feet or more in depth and into which a'person is required to descend. The Contractor shall furnish all labor, equipment, and materials required to design, construct, and remove all sheeting, shoring and bracing or other equivalent method of support of this project. Excavation for any trench five (5) feet or more in depth shall. not begin until the Contractor has received an acknowledgement from the ENGINEER of the Contractor's detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least five (5) days before the Contractor intends to begin excavation and shall show the details of the design of shoring, bracing, shielding or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by Construction Safety Orders of the Division of Industrial Safety and if such Plan varies from the shoring system standards established by the Construction Safety Orders, the Plan shall be prepared and signed by a Professional Engineer who is registered as ' a Civil or Structural Engineer in the State of California. GC-8 J Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the ENGINEER someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring and bracing. In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring the excavation under any or all of the conditions of loading which may exist or which may arise during construction of the project. The Contractor is advised that the AGENCY has provided the Contractor with evidence of existing right of way and temporary construction easements as approved to date. The Contractor by submitting a bid agrees to work within the right of way as provided and no other compensation for tight working areas will be provided. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the in the contract prices paid for the related items. of work and no additional compensation will be allowed therefor. STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the latest edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("Green Book") including all supplements 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. Copies of these Standard Specifications are available from the publisher: �j Building News, Incorporated 10801 National Boulevard, Suite 100 Los Angeles, California 90064 (800) 873-6397, Fax (714) 535-8078 The Standard Specifications set forth above will control the general provisions, construction material, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. GC-9 The section numbers of the following Special ecial Provisions coincide with those of the; Standard Specifications for Public Works Construction. 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 "CALTRANS Standard Specifications" shall mean the Standard Specifications (latest edition) of the StateofCalifornia, Department of Transport- ation. Copies of these specifications and standard drawings may be obtained from: State of California - Department of Transportation Central Publication Distribution Unit 6002 Folsom Blvd. Sacramento, CA 95819 iReferences Special Provisions to Standard Plans shall mean the Standard Plans .of the CITY or other governing agencies' as specified. 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 and 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. WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the Department' of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.2 of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the Secretary of the Board of Directors and are available for review upon request. GC-10 � i Attention is directed to the provisions of Sections 1774, 1775, 1776, 1777.5 and 1777.6 of the State Labor Code. Sections 1774 and 1775 require the contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies 1 the contents thereof, their inspection and duplications procedures and certain notices required of the Contractor pertaining to their location. The Contractor and all subcontractors shall be required to pay travel and subsistence payments as defined in applicable collective bargaining agreements and Labor Code Sections 1773.1 and 1773.8. Eight (8) hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight (8) hours during any one calendar day and forty (40) hours in any one calendar week, except when payment of overtime is made at not less than one and one-half (1-1/2) of the basic rate for all hours worked in excess of eight (8) hours per day. The Contractor shall forfeit to the AGENCY, as a penalty, $25 for each worker employed in the execution of this contract by him, or by any subcontractor under him, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week without such compensation for overtime. APPRENTICES Section 1777.5 requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the contract. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any appren-ticeable trade and if other Contractors on the public work site are making such contributions. 1 Information relative to apprenticeship standards, contri-butions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. GC-11 ;7 ICLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the AGENCY 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 (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from the purchase of goods, services or.materials pursuant to the contract or subcontract. This assignment shall become effective when the AGENCY tenders final payment to the contractor without further acknowledgment by the parties. COORDINATION WITH SEPARATE CONTRACTS AND UTILITY COMPANIES The Owner reserves the right to let other contracts in connection with this project. The Contractor shall afford other Contractor's and utilities Companies reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. The Contractor's work shall be coordinated with the following work should they be working in the area: Auto Mall onsite grading and detention basin. Edison Company relocations and improvements. Gas Company relocations and improvements. Pacific Bell relocations and improvements. CATV Company relocations and improvements If any part of Contractor's work depends on proper execution or results from the work of any other party, Contractor shall inspect and promptly report to the AGENCY in writing any defects or deficiencies in such work. GC-12 SPECIAL PROVISIONS FOR FONTANA AUTO MALL ON -SITE SEWER PLANS FOR PARCEL MAP 14518 IN THE CITY OF FONTANA - RDA BID NO. SB-12-00 EXCEPT AS SPECIFIED BELOW, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC), COMMONLY REFERRED TO AS "THE GREEN BOOK", WILL APPLY TO AND CONTROL THIS WORK. PART 1 - GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS Agency/Owner City Board County Engineer Federal State Caltrans SSPWC [Add the following] : - Fontana Redevelopment Agency - City of Fontana - Fontana Redevelopment Agency - County of San Bernardino - City Engineer - United States of America - State of California State of California Department of Transportation - Standard Specifications for Public Works Construction SBCFCD - San Bernardino County Flood Control District Civil Engineer ASL Consulting Engineers Geotechnical Engineer - Kleinfelder, Inc. SP-1 I fl SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT [Replace with the following]: Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following documents to the AGENCY: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement Forms Worker's Compensation/Employer Liability Insurance Certificate and Endorsement Forms Construction Schedule Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS [Add the following]: Both the Contract Performance Bond and the Payment Bond shall each be for not less than one hundred percent (1000) of the total contract amount. The Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Contract Performance Bond will not be released until one year after said date. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General [Replace the first paragraph with the following] : The Contractor shall maintain a control set of Pans and Specifications on the project site at all times. Al final locations determined in the field, and any deviations fro. the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, work, the Contractor shall return the control set to the ENGINEER. SP-2 1 1 I 1 n [1 Final payment will not be made until this requirement is met. Payment for the "As -Built" plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. 2-5.3 Shop Drawings and Submittals [Add the following] All shop drawings and submittals required by the plans and specifications shall be submitted to the AGENCY'S PROJECT MANAGER. Contractor shall submit within ten (10) working days following "Notice To Proceed", a schedule of required submittals and shop drawings to the AGENCY'S PROJECT MANAGER. 2-8 RIGHT OF WAY [Add the following]: The AGENCY will acquire all rights -of -way, easements and rights of entry as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside of the public right of way. All cost for remobilization, down time, etc., due to delays in obtaining the required rights -of -way, easements and rights of entry shall be included in the contract prices paid for the related items of. work and no additional compensation will be allowed. 2-9 SURVEYING 2-9.2 Survey Service [Replace the first two paragraphs with the following] : The AGENCY will provide surveying and construction staking required for the construction of this project as determined by the ENGINEER. The cost of any additional surveying and/or construction staking primarily for the convenience of the Contractor, not in conformance with usual and customary practices, and for replacement of stakes lost as a result of the Contractor's operations will be the responsibility of the Contractor. The cost of said additional surveying shall be deducted from the Contractor's progress payments. The Contractor shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. The Contractor shall set finish elevation control stakes in the field and provide "cut" sheets 48 hours in advance for review and approval by the ENGINEER. Payment for setting control stakes shall be considered as included in the price bid for the applicable items of work. SP-3 1 SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY 3-2.1 GENERAL [Add the following] : The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor's original bid for all of the various items of work combined and shall not be construed to mean the subtotal 1 shown for any singular item of work. 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order and pickup or yard trucks used by the above personnel. These costs shall not be reported as labor or equipment elsewhere except when actually 1 performing work directly on the change order and then shall only be reported at the labor classification of the work performed. 1 SECTION 4 - CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The AGENCY will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. ' 4-1 MATERIALS AMID WORKMANSHIP 4-1.1 General [Replace the third paragraph with the following]: If at any time defects in the work shall be found, the Contractor shall promptly correct such defects, remove and dispose of all defective and unsatisfactory work or materials. Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the AGENCY shall cause the unacceptable or defective work to be removed or renewed, or such repairs as may be necessary to be made at the Contractor's expense. Any expense incurred by the AGENCY in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reimburse the AGENCY for any sums incurred in excess of monies due or which may become due. SP-4 I Ll Ll 1 I SECTION 5 - UTILITIES 5-1 LOCATION [Add the following paragraph]: The Contractor shall notify the utilities designated in the General Specifications at least 48 hours in advance of excavating around any of their structures. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following]: The Contractor's proposed Construction Schedule shall be submitted to the AGENCY within ten (10) working days after the date of the Notice of Award of 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. Prior to issuing the "Notice to Proceed", the AGENCY will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, change order procedures, draw ' procedures, discuss construction methods and clarify inspection procedures. 1 The Contractor shall submit periodic Progress Reports to the AGENCY or authorized representative by the tenth day 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. The Contractor is advised as to the possibility of award of other construction projects within the.proposed construction zone by the CITY, other governing agencies, or private companies. In the event of such award(s), the Contractor shall coordinate with the applicable parties as to the extent of and time required to complete their work and shall schedule his work and conduct his operations so as to permit access and time as required for the ' concurrent work. The Contractor shall immediately notify the AGENCY and the ENGINEER in the event of a delay in scheduling caused solely by this concurrent work. Payment for the above, if any, shall be deemed as included in the items of work shown on the proposal bid sheet and no additional compensation will be allowed. SP-5 Ll 1 11 6-4 DEFAULT BY CONTRACTOR [Replace the first paragraph with the following] The AGENCY has the right to suspend the work in whole or part or cancel the contract without liability for damages, when in the AGENCY'S opinion the Contractor is not complying in good faith, has become insolvent, has assigned or, subcontracted any part of the work without AGENCY'S consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the AGENCY to suspend the work as provided in this section, the Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expenses which may be incurred as a result thereof. AGENCY shall further have the right to withhold from the Contractor,any reasonable estimated sums as determined by the - ENGINEER as may be required to correct the result of the Contractor's failure to abide by the provisions of the Contract Documents. The Contractor shall remain liable to the AGENCY for any correction costs in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work unaffected by the work suspended in accordance with the regular schedule or construction practices. 6-7 TIME OF COMPLETION ' 6-7.1 General [Add the following]: The time for completion shall be as set forth in the General ' Conditions (Time of Completion) page GC-1. 6-7.2 Working Day [Replace with the following]: The Contractor's activities shall be confined to the hours between 7:00 AM and 6:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the AGENCY and the ENGINEER, except ' in emergencies involving immediate hazard to persons or property. The Contractor shall obtain approval for any deviation from regular working hours or days by submitting a written request to the AGENCY and the ENGINEER at least 5 working days in advance, for approval by the AGENCY and the ENGINEER. ' 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 service fees will be deducted from any amounts due the Contractor. 11 SP-6 I LI �I 1 1 it of 6-8 COMPLETION AND ACCEPTANCE [Replace the second paragraph with the following]: The date as certified by the AGENCY and the ENGINEER and/or accepted by the AGENCY and the ENGINEER when the construction of the project or specified construction schedule thereof is sufficiently completed. Completion will be in accordance with the Contract Documents, all applicable codes and to the full satisfaction and acceptance of the CITY, County, State and Federal authorities, having jurisdiction over the project so that the project or specified construction can be utilized for the purpose for which it was intended. Substantial completion shall include Contractor's furnishing of all contractor's "As -Built" data record data as required by the AGENCY and the ENGINEER to comply with the requirements of the appropriate governmental authorities and acceptance by any governmental authority or municipality. 6-9 LIQUIDATED DAMAGES [Replace with the following]: If the work is not completed within the period provided in the General Conditions, the AGENCY and the Contractor agree that it would be impractical or extremely difficult to assess the actual resulting damages to AGENCY and therefore, they agree that the sum of Five hundred ($500) Dollars for each and every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to AGENCY in such event. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR-S EQUIPMENT AND FACILITIES [Add the following]: A noise level limit of 86 dbA at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws [Add the following]: The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable AGENCY, CITY, STATE and FEDERAL orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. SP-7 [I Ll 1 11 H 11 7-3 LIABILITY INSURANCE [Replace the entire Subsection with the following] 7-3.1 Indemnification The contractor's obligation to provide indemnification shall be as set forth in Article VI of the Contract Agreement. 7-3.2 Insurance Requirements The Insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to.the AGENCY and the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide. for not less than the following amounts: Bodily Injury $1,000,000 each person $2,000,000 each occurance $1,000,000 each accident for productsand completed operations Property Damage $1,000,000 each accident Worker's Compensation Statutory Automobile Liability Insurance to include all owned, non - owned or hired vehicles, including loading or unloading thereof: Automobile Bodily $1,000,000 each person Injury $2,000,000 each occurance. Automobile Property Damage $1,000,000 each accident All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY and the CITY shall be notified by certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration of cancellation is effective. : 1 1 i 1 i 1 1 1 1 1 1 1 1 1 1 1 1 The following statement shall be included on the insurance certificate: Additional Insured: The insurer agrees that the AGENCY and the CITY, its City Council, and/or all City Council appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants, agents or employees of the AGENCY and the CITY when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the AGENCY and the CITY. The Contractor agrees to protect, defend and indemnify the AGENCY and the CITY, against loss, damage or expense by reason of any suit, claims, demands, judgments and causes of action caused by the Contractor, his 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 his option, may include such coverage under this General Liability coverage. 7-3.3 Contractor's Liability The AGENCY and the CITY, its City Council or 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 or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless, as set forth in Article VI of the Contract Agreement, the AGENCY and the CITY, its City Council and the ENGINEER from all suits or 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 AGENCY may be retained by the AGENCY until disposition has been made of such suits or claims for damages aforesaid. SP-9 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. 7-3.4 Certificates of Insurance The Contractor shall not commence work until Contractor has delivered to the AGENCY and the CITY a Certificate of Insurance executed by a duly authorized Agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the Jobsite and are not to state "covering all tracts." Contractor at his own cost and expense, shall insure this interest against loss resulting from fire, earth settlement, theft, embezzlement, riot or any other cause whatsoever. 7-5 PERMITS [Replace the first sentence with the following]: Prior to the start of .any work, the Contractor shall take -out the applicable CITY permits and make arrangements, for CITY inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or public utility. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The CITY will waive the usual CITY construction permit fees. The Contractor shall provide the CITY copies of all permits prior to commencement of construction. If the permit or license of any agency or public utility is ,more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-8.5 Temporary Light, Power, and Water [Add the following]: The contractor shall be responsible for installation of required temporary and permanent utility service meters. Meters shall be included in the prices paid for the various items of work and shall include full compensation for application, coordination and all related work and no additional compensation will be allowed. SP-10 1 1 1 1 Utilities service charges for electric, gas, water and telephone shall be the responsibility of the contractor during construction and construction maintenance periods. Payment for utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be allowed. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS [Add the following] : In addition to standard specifications, special attention shall be given to the following: Contractor shall notify the AGENCY and the CITY of any utilities to be crossed. Contractor shall protect in place said utilities and provide all labor, materials, tools and equipment necessary for shoring, bracing or other support and backfill required by utility owner or CITY and no additional compensation will be allowed. Existing irrigation lines and landscape areas in the parkway or front yards that need to be removed for construction shall be replaced/reconstructed. Compensation for this item shall be considered as included in the item of work originating this work and no separate payment shall be made to the contractor. Contractor shall prevent tracking tack coat, asphalt concrete, and emulsions onto existing concrete such as driveways, crossgutters, spandrels, and other adjacent improvements by sanding or other methods approved by the Engineer. Any material tracked onto existing improvements shall be removed to the satisfaction. of the Engineer and the Owner of the improvements, at the Contractor's expense. [Replace the last sentence of Paragraph 3 with the following]: Lawns shall be repaired by installing sod of similar variety ' as that which was removed. Installation shall be in accordance with the grower/supplier's instructions. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access [Add the following] : (Special attention is called out for in Section 7-10.0 in whole, and especially as underlined:) The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the work or an approved detour shall be provided., SP-11 li h 1 1 1 1 1 Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the ENGINEER. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossing, or the Work at intervals not exceeding 300 feet (90 m), also shall be maintained unless otherwise approved by the ENGINEER. Vehicular access to all driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided, and the street is opened to local traffic, the contractor shall immediately clear the street and driveways and provide and maintain access. The contractor shall cooperate with the various parties involved in the delivery of mail and the collection or removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadways, excavation and fill construc-tion shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half of the roadway at one time. One-half shall be kept open and unobstructed until the opposite side is ready for use. If one- half a street only is being improved, the other half shall be conditioned and maintained as a detour. THE CONTRACTOR SHALL INCLUDE IN ITS BID ALL COSTS FOR THE ABOVE REQUIREMENTS. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall notify all affected property owners of the proposed schedule a minimum of 48 hours, but not more than 72 hours, in advance of any limitation or closure of access to their property. Form of said notice shall be as approved by the ENGINEER and shall contain the date and time of the closure. In the event of delay, whether beyond the control of the Contractor or not, the Contractor shall notify all affected property owners as to the ex ent of the delay and his revised schedule. In the event of dela over 72 hours, the Contractor shall re -notify the property o ners as described above. Payment for notification and coordination as per Section 7-10 as modified herein shall be included in the compensation paid for the various items of work and no additional compensation will be allowed. SP-12 I 7-10.2 Storage of Equipment and Materials in Public Streets [Add the following] :. No more than 500 linear feet of pipeline shall be stockpiled on the site, regardless of size. The Contractor shall assume full responsibility for any damage caused by stockpiling material and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right of way. The contractor shall be responsible for obtaining the applicable CITY permit for stockpiling within the public right of way (Permit Fees will be waived for AGENCY contracts).. Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. The Contractor may, at his own expense, maintain and operate a work and storage area outside of the public right-of-way. In such case the Contractor shall submit to AGENCY and the CITY written authorization from the owners of the subject property prior to occupation. Occupation of site without written. authorization shall be grounds for immediate suspension of work. Location of site to be approved by the AGENCY and the CITY. Condition and operation of yard shall conform to these specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return it to pre - project condition within five (5) working days upon completion of the project. The Contractor shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the Contractor from any further clean-up or restoration work and shall submit a copy of such release to AGENCY and the CITY. The Notice of Completion will not be issued until said release is submitted. 7-10.3 Street Closures, Detours and Barricades [Add the following] : ' The Contractor shall maintain the traffic requirements designated in the General Conditions. It shall be the Contractor',s responsibility to furnish a detailed detour signing and barricade plan for CITY approval. ' SP-13 COMPENSATION FOR TRAFFIC CONTROL SHALL BE INCLUDED IN THE CONTRACT PRICE PAID FOR AT THE LUMP SUM CONTRACT PRICE FOR TRAFFIC CONTROL AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Unless otherwise specified, compensation for traffic control shall include full compensation for street closures, detours, grading, restoration, signs, flagmen, barricades, flashers, temporary striping, removal and replacement of miscellaneous signs, fences and all appurtenances and shall include full compensation for all labor, materials, tools, equipment and doing all work involved in the work, including preparation of traffic control plans and obtaining all required CITY and other agencies plan review, approval and permits. All existing stop signs, street name signs and regulatory signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the plans and the ENGINEER. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable governmental authority. Contractor will be responsible for providing traffic detour and traffic control plans for CITY and other agencies approval -as outlined in the Memorandum dated August 26, 1996 (See Appendix III) in case Contractor needs to deviate from the Traffic Control Plans provided as a part of this bid package. The cost for preparing such traffic plans will be included in the price bid for traffic control, and no additional compensation will be allowed. Traffic detour and traffic control plans shall be submitted for plan checking prior to the start of construction. Any deviation from the Traffic Control plans as provided shall be approved by the CITY Traffic Engineer and other agencies representatives. ' No street or access closure to through traffic will be allowed without the express approval of the ENGINEER. ' The following statement applies to all permits for work within public rights -of -way: The "State of California Manual of Traffic Control for Construction and- Maintenance Work Zones" provides information necessary to carry out proper and safe traffic control. Should a contractor not provide proper traffic, control after the first advisory warning, the CITY may cite the contractor or other contracting agency under City Ordinance 997. The penalty for not providing for the required proper traffic safety in the public right-of-way is a misdemeanor with a fine of up to $1,000 or up to 6 months in jail or both. SP-14 I n U Contractor shall provide strict traffic control at all times using the signs, barricades, delineations, warning lights, flagged control and flashing arrow signs, as required. The normal lane to be maintained is 12 feet wide. Any deviation from this may require temporary pavement markings. Consult with the CI#TY Inspector if you require assistance. 7-10.4 Public Safety [Add the following]: 7-10.4.1 Safety orders The Contractor shall comply with the provisions of any CITY ordinances or regulations regarding requirements for, the protection of excavations and the nature of such protection. 7-15 CERTIFIED PAYROLL RECORDS [Add the following]: Certified Payroll Records shall be submitted to the AGENCY and the CITY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. ' SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT ' 9-3.1 General [Replace the first paragraph with the following]: Contractor will be paid only for the quantities as listed in ' the Bid Schedule and constructed in accordance with the Plans and Specifications. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the AGENCY may, upon written Change Order to, the Contractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be paid only if those items were approved by the AGENCY, a cost ' was agreed to by all parties and a written Change Order was approved and submitted to the AGENCY prior to the construction of said work. ' Before any payment shall be made, Contractor shall have provided AGENCY with releases executed by persons who might have mechanics liens, stop notices or labor and materials bond rights against the project and arising out of the work. I SP-15 9-3.2 Partial and Final Payment [Replace the last paragraph with the following]: ' The closure date for periodic progress payments will be the five (5) working days prior to the first Monday of each month. ' The final progress payment will not be released until the Contractor returns the control set of Plans and Specifications showing the as -built conditions. ' The full ten percent (100-o) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice ' of Completion by the AGENCY. In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the AGENCY to secure performance under the contract. ' At the request and expense of the Contractor, securities equivalent to the. amount withheld shall be deposited with the AGENCY or with a State or Federally chartered bank as the escrow ' agent who shall pay such monies to the Contractor upon notification by AGENCY of Contractor's satisfactory completion of. the contract. The type of securities deposited and the method of release ' shall be approved by the AGENCY -and CITY Attorney's office. Before the AGENCY shall make the final payment, Contractor ' shall execute and file with the AGENCY a release in the form supplied by the AGENCY, releasing its officers, employees, representatives, and agents from any and all claims for liability ' relating to any undisputed contract amounts for work performed in. relation to the undisputed amounts. J 9-3.3 Delivered Materials [Replace with the following]: Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. 9-3.4 Mobilization [Replace with the following]: Mobilization shall consist of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to the beginning work on the various contract items on the project site. SP-16 The compensation paid for mobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the contractor for doing all the work involved in mobilization as specified herein. Payment for mobilization will be included in the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract period. PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR and RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE In addition to the materials outlined in Section 201-1 of the Standard Specifications, the following materials are included under Portland Cement Concrete unless otherwise covered by specific bid item. 201-1.1.1 General [Add the Following]: A. Quality Assurance 1. Concrete Mix Design: Requirements for mixes designed by an Independent Testing Laboratory (ITL), approved by the AGENCY and the CITY, are: a. Prove by preliminary tests prior to concrete or provide historical data to substantiate design strengths. 2. Procedure: a. Use plant batched concrete. b. Conform to ACI 318-77 Building Code Require- ments for Reinforced Concrete and ASTM C-94 Speci- fication for Ready -Mixed Concrete. 3. Tests: a. The AGENCY may employ and pay for an ITL to test materials and design concrete.mixes. b. Aggregate Test: Test for Sieve or Screen Analysis of Fine and Coarse Aggregates (ASTM C- 136) . SP-17 B. Submittals 1. Mix Design: Submit in triplicate for each strength of concrete specified stating the proposed slump, proportions of each ingredient and location of usage. 2. Test Reports: Submit in triplicate to the AGENCY within 3 days after tests are made. 3. Color Chart: Submit in triplicate of texture masonry paint samples to AGENCY. Color and texture to be selected at time of installation by AGENCY'S authorized representative. 201-1.1.2 Concrete Specified by Class [Add the Following]: A. Refer to the Standard Specifications. Contractor shall utilize Concrete Class 520-C-2500 for walks and slabs; for retaining walls, foundation and footings utilize class 560-C-3250. B. Maximum Slump: 5" for concrete containing super- plastizer admixture 201-1.1.4 Test for Portland Cement Concrete [Add the Following] : A. Evaluation of Test Results and Failure to Meet Strength Requirements; 1. Evaluate test results according to the Recommended Practice for Evaluation of Compression Test Results of Field Concrete (ACI 214). 2. Consider evaluations valid only if the samples have been taken and tests have been conducted in accordance with American Concrete Institute and American Society for Testing and Materials specifications and methods are applicable. 3. If strength tests performed on the concrete cylinders, cast at the time the concrete is placed, fail to meet the specified 28-day value, or if the samples have not been taken and tests conducted as specified, consider the concrete represented by such tests questionable and subject to further testing. SP-18 4. Conduct additional tests of questionable concrete in accordance with Standard Method of Obtaining and Testing Drilled Cores and Sawed beams of Concrete (ASTM C-42) when concrete cores may be obtained in the field or by load tests conducted and results evaluated in accordance with Chapter 20 of Building Code Requirements for Reinforced Concrete (ACI 318) . 5. Test results obtained by the use of an impact hammer or sonoscope, unless correlated with other test data, will not be considered conclusive in evaluating strengths of concrete. 6. If the additional tests fail to demonstrate strengths adequate for the intended purpose or the member or members in question, as determined by the AGENCY, removed and replaced the questionable concrete. 201-1.2 Materials [Add the Following] A. Contraction Joint: Plastic KWIK joint or equal. B. Waterproof Paper or Polyethylene Film: ASTM C-171. C. Quick -Set Concrete: Pour stone. Mix and apply in accordance with manufacturers specifications. D. Filter Fabric: Outline 80 by Wellman Inc. Use around drainage system at retaining seatwall. E. Silica Sand #16. 201-1.2.2 Aggregates [Add the Following}: A. Provide evaluation of aggregates for susceptibility to an alkali -aggregate reaction. B. Regard: fine and coarse aggregates as separate ingredients. C. Maximum size of coarse aggregate: l" for footings; 3/4" for slab and walls. 201-1.2.4 Admixtures [Add the Following]: A. Water reducing admixture conforming to ASTM C-494 Type A, Plastocrete or equal: SP-19 1 ' B. Superplastizer high range water reducing admix conforming to ASTM C-494 Type A and K Sikament 300 or ' equal. C. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05o chloride ions are not permitted. ' 201-2 REINFORCEMENT FOR CONCRETE [Add the following]: In addition to the materials outlined in Section 201-2 of ' the Standard Specifications, the following materials are included under Steel Reinforcement for Concrete unless otherwise covered by specific bid item. ' A.. Furnish reinforcing bars cut to length and bent, chair, spacers, ties, and temperature steel necessary to complete reinforced concrete work shown on the Drawings. B. Smooth Bar Dowels: ASTM A-615, Grade 60 or ASTM A-36, ' plain round bars. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS ' In addition to the materials outlined in Section 201-3 of the Standard Specifications, the following materials are included under Expansion Joint Filler and Joint Sealants unless otherwise ' covered by specific bid item. 201-3.2 Premolded Joint Filler [Add the Following]: ' Refer to the Standard Specifications. Contractor to utilize Nonextruding and Resilient Filler ASTM D 1751 (Bituminous Type). ' 201-3.4 Type "A" Sealant [Add the Following]: Refer to the Standard Specifications. Contractor to utilize type ' "A" Sealant. 201-4 CONCRETE CURING MATERIALS IIn addition to the materials outlined in Section 201-4 of the Standard Specifications, the following materials are included under Concrete Curing Compound unless otherwise overed by ' specific bid item. ' SP-20 1 1 1 201-4.1 General [Add the Following]: A. Liquid Membrane: The compound shall be clear styrene acrylate type, 30o solids content minimum, and have test data from and independent testing laboratory indicating a maximum moisture loss of 0.030 grams per square centimeter when applied at a coverage rate of 300 square feet per gallon. Compound shall be "Super Rez Seal" or "Super Pliocure" by The Euclid Chemical Company, "Masterseal 66" by Master Builders, or approved equal, manufacture's certification required. Apply in strict accordance with manufacturer's recommendations. B. Dissipating Resin Curing Compound: The compound shall be a dissipating resin compound, conforming to ASTM C- 309, Type, "Kurez DR" by The Euclid Chemical Company, or approved equal. The film must chemically break down in a two to four week period. 201-5 CEMENT MORTAR In addition to the materials outlined in Section 201-5 of the Standard Specifications, the following materials are included under Cement Mortar unless otherwise covered by specific bid item. 201-5.6 Quick Setting Grout [Add the Following]: Set non -shrink grout manufactured by the Master Builders Co., Upcon Construction Grout manufactured by the Upco Chemical Division of USM Corporation, 5-Star Grout manufactured by the Grout Corporation, Crystex Grout manufactured by L & M Construction Chemicals, Inc., or approved equal. SECTION 210 PAINT AND PROTECTIVE COATINGS 210-1.6.1 General [Replace with the following]: Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Section 84-1, and 84- 2, of the Caltrans Standard Specifications and as amended by these Special Provisions. 210-1.6.2 Thermoplastic Paint, State Specifications [Replace with the following]: Thermoplastic material shall conform to State Specification 8010-21C-19 (Alkyd Binder). SP-21 ' Glass Beads to be applied to the surface of the molten thermoplastic material shall conform to the requirements of State ' Specification 8010-11E-22 (Type II). State Specification for the thermoplastic material and glass beads may be obtained from the Transportation Laboratory, P.O. Box 19128, Sacramento,CA 95819. Telephone numbers are (91G) 227-7280 02 (91G) G54-2852. ' Application of thermplastic materials and glass beads shall conform to Section 84-2.04 of the CALTRANS Standard Specifications and these Special Provisions. ' Thermoplastic material for traffic stripes shalll be applied at a minimum thickness of 0.090 inch. Thermoplastic material for pavement markings (including crosswalks, arrows and stop bars) shall be applied at a minimum thickness of 0.120 inch. SECTION 211 - SOILS AND AGGREGATE TESTS 211-2 COMPACTION TESTS ' 211-2.2 Field Density [Add the following paragraph]: Field density tests will be made by the Geotechnical Engineer during the course of construction at the expense of the ' AGENCY. If field density tests indicate that any portion of the compacted subgrade has density lower that than that specified, the Contractor shall rework that portion until the specified ' density is obtained. Retest. of areas which have failed compaction will be performed by the Geotechnical Engineer at the Contractor's expense. PART 3 - CONSTRUCTION METHODS ' SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General [Add the following]: Contractor shall field verify existing grades and shall ' accept site as is, for no other grading shall be performed by AGENCY. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General [Replace the first sentence]: All materials removed shall be disposed of in a legal manner at an appropriate disposal site ' SP-22 300-1.3.2 Requirements (a) Bituminous Pavement [Replace second sentence with the following] : ' Saw cutting of edges to be joined is required. (d) Miscellaneous [Add the following] : ' In addition to the work outlined in Section 300-1.1 of the Standard Specifications, the following items of work are included under the Clearing and Grubbing unless otherwise covered by a specific bid item. I I u 1. Mobilization and demobilization in accordance with Section 9-3.4 of the Standard Specifications. 2.* Maintaining dust control at all times by watering, during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. 3. Provide for necessary traffic control, including all. signs, barricades, flashers and flagmen necessary to maintain proper control along street rights of way and easements. 4. Application of soil sterilant. 5. Protection of utilities, structures, improvements and other facilities within the construction zone, except those specifically shown on the plans to be removed or relocated. G. Removal and disposal of existing natural and artificial objectionable material within the limits of construction. 7. Verification of existing locations, and elevations as shown on the plans or directed by the ENGINEER other than that designated as "potholing." 8.. Replacement of disturbed traffic signs, street names, mailboxes, property owner signs, fences, landscaping,` protection of_temporary construction fences and all appurtenances, striping and markings as required to the satisfaction of the ENGINEER. SP-23 1 u 1 l 9. Tree removal and disposal of trees in a legal manner including removal of all roots and vegetative material, overexcavation if applicable, and recompaction to 950-. minimum relative compaction (ASTM D-1557). Tree removal permit shall be obtained from Ithe appropriate agency. 10. Provide for the replacement of trees and plants, of the same kind, to the reasonable satisfaction of the property owners whether indicated on the plans or not. 11. This item shall also be interpreted to include the removal or relocation of any additional items not specifically mentioned herein or covered by specific bid item, which maybe found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment [Add the following]: Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for items 1 through 12 as described above, mobilization, traffic control, signs, barricades and flashers, replacing trees and plants of the same kind to the reasonable satisfaction of the property owners whether indicated on the plans or not. Clearing and grubbing shall be paid for at the lump sum contract price and no additional compensation shall be allowed. Payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work involved in clearing and grubbing as specified, including sawcutting, loading, hauling, stockpiling and disposal. 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General [Add the following]: Unless separately designated, unclassified excavation shall include excavating, loading, compacting, stockpiling, hauling, and disposing of surplus material to the depth indicated on the plans or as directed by the ENGINEER. Any remanants of structures, foundations, and fences within limits of.construction shall be removed and disposed of in the legal manner and will be considered part of Unclassified Excavation. Removal of existing asphalt concrete pavement shall be included in this item of work unless covered by a specific bid item. SP-24 1 1 I 1 1 1 1 1 300-2.2 Unsuitable Material [Add Subsection 300-1.3.2 (a) "Bituminous Pavement" as Subsection 300-2.2.3 and amend as follows] : Bituminous Pavement and Concrete removals shall be sawcut at the designated lines of removal shown on the plans or as designated by the ENGINEER. All unsuitable material shall be disposed of in a legal manner at the Contractor's expense. 300-2.6 Surplus Material [Add with the following]: All surplus material shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment [Replace with the following]: Payment for Unclassified Excavation shall be deemed as included in the compensation paid for the related bid item and no additional compensation will be allowed. Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be made at the contract unit bid price per square foot or linear foot, respectively, and shall include full compensation for furnishing all labor, materials, tools, and equipment involved, including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed. The contract unit bid actual price for asphalt pavement removal shall be independent of the actual thickness encountered in the field. The quantity measured for asphalt pavement removal shall be limited to a maximum of that designated as "pay lines" per detail on the plans and measured in the field. Removal of asphalt concrete beyond this limit shall be at the Contractor's expense. Payment will be made only for the quantity of pavement within the limits actually removed and within the "pay lines". 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General [Add the following]: Structure excavation and backfill shall be limited to the areas shown on the plans. In making structure excavations for the project, the Contractor shall be fully responsible for designing, checking, providing and installing adequate sheeting, shoring, bracing, lagging, cribbing and piling as may be necessary as a precaution against slides, slippage or cave-in and to protect all existing and temporary improvements of any kind, either public or private property, fully from damage. SP-25 1 1 1 300-3.5 Structure Backfill. 300-3.5.1 Requirements [Add the following]: The relative compaction of all structural fill and backfill shall be 95 percent. 300-3.6 Payment [Add the following]: ' Payment for structure excavation and backfill shall be considered as included in the various items of which they are a part, and no additional compensation will be allowed therefor. SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS ' 301-1 SUBGRADE PREPARATION ' 301-1.2 Preparation of Subgrade [Add the following]: Preparation of the Subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these provisions. Subgrade preparation for areas of new pavement shall include ' scarification, moisture conditioning, and compaction of the upper approximately 12 inches of subgrade. If areas of soft, saturated, or otherwise unsuitable materials are encountered, ' they should be removed to competent underlying material, as evaluated in the field by the geotechnical consultant, and replaced with compacted fill. ' Fill should be placed in horizontal lifts approximately 8 inches in loose thickness and compacted by appropriate mechanical methods. Fill should be generally free of rocks or hard chunks. of material in excess of 6 inches in diameter. Fill material placed to support structures, such as pavements, curbs, and gutters, should be compacted to 95 percent or more relative compaction in accordance with ASTM D 1557-91 at a moisture content at or near optimum. 301-1.3 Relative Compaction [Replace with the following]: Relative compaction of finished subgrade under paved areas and concrete curb and gutter shall be modified to require 95% ' minimum relative compaction of the top 12" of the Subgrade. All material removed and replaced for remedial grading, trenching, or disturbed by tree removal shall be compacted at 95o minimum ' relative compaction, even where it extends beyond 12" below finished subgrade. 1 SP-26 1 1 Relative compaction of all other areas outside of curb and gutters, gutters and paved areas shall require 900-. minimum compaction. Compensation for subgrade preparation shall be deemed to be ' included in the unit price bid for respective bid item and no additional compensation will be allowed. 301-1.7 Payment [Replace the first paragraph with the following] : Payment for subgrade preparation shall be included in the ' unit price bid for respective bid item and shall include, hauling, exporting, screening, spreading and compacting and no additional compensation will be allowed. 301-6 SOIL STERILANT [Add the following Subsection]: 301-6.1 General All areas to receive Asphalt Concrete and Concrete Pavement shall be prepared in accordance with applicable sections of the ' Standard Specifications (including additions herein) concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a non -migrating soil sterilant to the subgrade. Application shall be by spray equipment which provides goodmechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied and the CITY Inspector's ' decision as to the effectiveness of the spray equipment shall be .final. Great care shall be taken to apply soil sterilant to the designated areas only. Aggregate base may be placed immediately after placement of soil sterilant. 301-6.2 Operator's License ' The Contractor's operator applying the soil sterilant shall be licensed by the State of California, Department of Food and Agricultural Affairs and registered with the Office of the ' Agricultural Commissioner of San Bernardino County as pest control officer. 301-6.3 Application ' Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose of which it will apply) may be used upon acceptance by the ENGINEER. The dye ' shall not stain concrete or masonry. Certification shall be furnished to the ENGINEER showing the purchase receipt and manufacturer's recommended rate of application of the material. I SP-27 301-6.4 Payment The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing ' and grubbing and no additional compensation will be allowed.. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General [Replace the last paragraph with the following] : Asphalt Concrete shall conform to the requirements of Subsection 203-6.1 and Section 302-5 of the Standard ' Specifications, as modified by these Special Provisions. 302-5.4 Tack Coat [Add the following]: ' A tack coat shall be applied uniformly upon the existing pavement planes and joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack .coat shall be SS-lh emulsified asphalt per Section 203-3. All surfaces to be covered shall be free of water, foreign material, vegetation of dust before application of the tack coat. Payment for tack coat, labor, equipment, and material and doing all other appurtenant work shall be deemed as included in ' the unit price bid for asphalt concrete and no additional compensation shall be allowed. ' 302-5.5 Distribution and Spreading [Add the following]: Asphalt concrete pavement for resurfacing shall be at least four inches thick or per plans, regardless of the thickness of the pavement removed and shall be placed in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR-4000. The finish course shall be a minimum one inch thick and shall be C2-AR-4000. The courses shall be machine placed. All trench resurfacing shall be completed to the base course level, within five working days following underground construction. Placement of the finish course shall not be completed until completion of all underground construction unless wa"ved by the ' ENGINEER. At those locations where new asphalt concrete pavement overlay joins existing asphalt pavement, the Contractor\.shall rake out all aggreregate 3/8 inch or larger and feather the new paving to form a smooth transition to join the existing pavement. SP-28 IF — Li I F L I J Contractor shall suspend all paving operations when the CITY Inspector determines the weather conditions are not suitable for paving. 302-5.9 Measurement and Payment [Add the following]: Asphalt Concrete Pavement for resurfacing shall include the full depth patch and shall be measured by the ton. The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications. Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of the actual areas of pavement removal within the "pay limits" as shown per detail on the plans and measured in the field. Resurfacing of areas removed outside of the pay limits will be at the Contractor's expense. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General [Add the following]: Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works Construction as modified by the applicable Standard Plans and herein. Concrete in other agencies right-of-way shall be done as per other agencies permit requirements. Steel Reinforcement for Concrete: All steel reinforcement for concrete structures shall conform to the provisions in. Section 201-2 of the Public Works Standards unless otherwise noted in the Plans or these Special Provisions. Section 52-1.04 of the State Standard Specification shall apply in lieu of Section 201-2.5 of the Public Works Standards. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive an ordinary surface finish. All concrete inlets shall have chamfered edges. 12" Concrete Bond Beam shall have rounded edges at tie in points. SP-29 1 The Contractor shall furnish all labor, tools and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The exact proportions of aggregate and water to be used in all classes of concrete shall be determined ' by the Contractor and submitted to the ENGINEER for review at least (10) working days prior to its use under this contract. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than 10 feet or more than 50 feet. The joints shall be.in the same plane for the entire structure and for concrete thickness greater than 6 inches shall be keyed as directed by the ENGINEER. The concrete for surface improvements shall be Class 560-C- 3250, inlet structures and junction structures shall be Class 560-C-3250, and for box culverts shall be Class 650-C-4000. 303-1.3 Forms [Add the following]: Forms shall be braced to withstand the pressures developed ' and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used ' where the side slope is 3/4:1 or steeper. A clear non -staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland Cement Concrete. Contractor shall be responsible for the design, engineering, construction and safety of removable form work. Contractor shall design removable forms for the loads and lateral pressures outlined in the American Concrete Institute Standard "Recommended Practice for Concrete Formwork" (ACI 347- 78) ' 303-1.7 Placing Reinforcement 303-1.7.1 General [Add the following]: Aluminum and plastic supports for reinforcement shall not be used. 1 SP-30 11 11 1 h I Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construc- tion joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2 inches. Unless otherwise shown on the Plans, embedment of reinforcing steel (other than stirrups and spacers) shall be 1- 1/2 inches .clear depth for #8 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel required alternate bars of different size, embedment requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than one inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. 303-1.7.2 Splicing [Add the following]: Reinforcing bars may be continuous at locations where splices are shown on the Plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the"bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. Where grade 60 reinforcing bars are required, the length of lapped spliced shall be as follows: Reinforcing bars No. 8, or smaller, shall be lapped at least 45 diameters of the smaller bar joint, and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the small bar to be joined, except where otherwise shown on the plans. Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the ENGINEER. SP-31 303-1.8 Placing Concrete 303-1.8.1 General [Add the following]: The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consoli- dation; and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for easy visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of, smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the ENGINEER. 303-1.9 Surface Finishes 303-1.9.2 Ordinary Surface Finish [Add the following]: Ordinary Surface Finish shall not apply to rock pockets, which in the opinion of the ENGINEER, are of such extent or character as to affect the strength of the structure materially or to endanger the life of the steel _reinforcement. In such cases, the ENGINEER may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing [Amend first paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment [Replace paragraph one with the following]: Portland Cement Concrete structures will be paid for as shown in the proposal bid sheet for each item and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the respective structure in conformity with the plans and specifications. Payment for concrete manhole structures, junction structures, catch basins, collars, and bulkheads shall be made at the contract unit price bid for each respective type of structure as bid and. shall include full compensation for furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective item of work complete in place as shown on the plans or specified herein, including removal of existing improvements, and no additional compensation will be allowed. SP-32 Payment for concrete catch basins shall include compensation Y P for the local depression as shown on the plans. In areas of ' existing pavement, catch basins shall be constructed by sawcutting and removing the existing pavement one foot from the edge of the local depression. Following construction of the I basin and local depression, the void shall be patched with 6" thick full depth asphalt concrete pavement in accordance with Section 302-5 of these Specifications. Payment for adjustment of concrete manholes or junction structures to grade shall be included in the compensation paid for the respective structure. Removal of existing structures shall be paid for at the contract unit price per each regardless of size and no additional compensation will be allowed. I303-2 AIR PLACED CONCRETE 303-2.1 Requirements 303-2.1.1 General [Add the following]: Air -blown mortar (concrete drainage Swale) shall conform to I the provisions in CALTRANS Standard Specification, Section 53, "Air -Blown Mortar" and Section 72, "Slope Protection" and these special provisions. The contract price paid per linear foot for air -blown mortar (concrete drainage swale) shall include full compensation for furnishing all labor,` materials, tools, equipment ' and incidentals, and for doing all the work involved in placing air -blown mortar, including preparing the foundation, reinforce- ment, and structure backfill, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, DRIVEWAYS AND ALLEY INTERSECTIONS [Add the following]: The applicable provisions of Section 303-5 shall apply to concrete paving for Bus Bays and placement of drainage inlet I aprons. Concrete shall be Class 560-C-3250 for the Bus Bays and drainage inlet aprons. Concrete driveway reconstruction shall consist of embank- ment, excavation, removal of existing asphalt and/or concrete driveways and placement of concrete driveways all to match driveways to new street grade as determined by the ENGINEER. Concrete driveways shall be a 4 inch minimum thickness. 1 SP-33 1 1 I I I! k rl 303-7 ROCK SLOPE PROTECTION (Rip Rap) [Add this subsection]: Concreted rock slope protection shall conform to CALTRANS Standard Specifications (Latest Edition), Section 72, "Slope Protection". The unit price paid for concreted rock slope protection shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing .all the work involved in constructing the rock slope protection (rip rap) , complete in place, as shown on the plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the ENGINEER. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.2, Maximum Length of Open Trench [Replace with the following] : The maximum length of open trench shall not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation. All excavations shall be backfilled to finish grade at the completion of daily operations. temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas. 306-1.2.1 Bedding [Add the following]: Pipe bedding for underground conduits shall conform to plans and Section 306-1.2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be included in compensation paid for the respective bid item for construction and no additional compensation will be allowed. Where additional rock bedding is required by the ENGINEER to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor's operation), such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for the convenience of the Contractor shall not be subject to additional compensation. SP-34 306-1.3 Backfill and Densification 306-1.3.1 General [Add the following]: No rocks greater than 6" in any dimension shall be allowed in the backfill. No nesting of rocks shall be allowed. 306-1.3.4 Compaction Requirements [Replace with the following] : All trench backfill and bedding shall be densified to 900 minimum relative compaction as required per Section 301-1 of these specifications. Relative compaction of top 12" of subgrade in paved areas shall require 95o relative compaction of the subgrade. Relative compaction of the pavement section's aggregate base shall be 950. Placed backfill and the granular bedding material shall be compacted to 90% minimum relative compaction. In STATE right-of-way trench backfill material will require 95o minimum relative compaction and/or as directed by the STATE representative. Labor to install backfill shall be included in the unit cost of the item of work requiring excavation and backfilling. Jetting will not be permitted unless specifically approved in advance by the ENGINEER. Asphalt Concrete shall not be used for backfill unless it has been crushed to a maximum size 3/411. No rocks greater than 6" diameter shall be allowed in the backfill. All surplus material 3" or smaller shall be uniformly spread and compacted in the street subgrade. No material greater than 3" in any dimension shall be used in the top 12" of the subgrade. No nesting of rocks shall be allowed. 306-1.6 Basis of Payment for Open Trench Installation [Add the following] : Payment for open trench installation of pipe and conduit shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, compaction as shown on the plans or as directed by the ENGINEER and no additional compensation will be allowed. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES [Add the following]: The above shall apply to all utilities and underground conduits. SP-35 1 ISECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307-4.9 Vehicle Detectors [Replace with the following]: 1 DETECTORS Detectors shall conform to the provision, in Section 86-5, "Detectors," of the CALTRANS Standard Specifications and these Special Provisions. ' Loop detector conductors shall by Type 1. Loop detector lead-in cables shall be Type B. Loop detector configuration shall by Type A with a minimum of (4) turns of wire per loop. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes utilized by public traffic and shall be removed from the pavement surface.. ' All loop detectors shall be spliced in series. Detector splices shall conform to Section 86-2.09 "Wiring", of the CALTRANS Standard Specifications and these Special Provisions. The'Contractor shall test the detectors with a motor -driven cycle, as defined in the California Vehicle Code, that is ' licensed for street sue by the Department of Motor'Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will most be permitted. ' The Contractor shall provide an operator who shall drive the motor -driven cycle though the response or detection areas of the detector at not less than three miles per hour no more than seven I miles per hour. Each detector shall provide an indication in response to this test. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-4 PLANTING 308-4.1 General [Add the following]: All damage and reworked landscape areas shall be replaced to match the existing and to the satisfaction of the CITY. SP-36 F 1 1 1 1 1 1 1 1 308-8 PAYMENT [Replace with the following]: Payment for All Landscape Work Shall Be Included in the.Bid Item for Clearing and Grubbing. SECTION E - TRAFFIC SIGNING, STRIPING, MARKINGS, AND MARKERS Traffic signs, strips, legends and raised pavement markers shall conform to the California Department of Transportation Traffic Sign Specification, Standard Plans and CALTRANS Standard Specifications. Traffic signs shall be mounted on a "Quick Punch Post" 2" X 2" (12 GA.) with 7/16" holes, 1" on centers, on four sides that can be punched out. Length to vary with sign installation to maintain minimum heights. Traffic sign post anchor shall be a heavy duty one piece, 2 1/2" X 30" X 6 gauge, (non -perforated), to fit a 2" square steel post, prepunched at mid -point of anchor with one 7/161, hole on each side, and at top. Traffic striping and pavement markers shall conform to the California Department of Transportation CALTRANS Standard Specification Section 84 and these Special Provisions. Signal Ahead signs (W41) shall be of the highest reflectivity available with a graffiti coating material on the sign surface. Traffic control shall be as per the "State of California Manual of Traffic Controls." Raised pavement markers 'shall conform to the CALTRANS Standard Specifications Section 85 and shall be type as called for on the plans. Pavement legends shall conform to CITY stencils. Stripes and pavement legends shall be reflectorized. LAYOUT, ALIGNMENT AND SPOTTING Layout -The Contractor shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. iSpotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and marking shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. SP-37 Paint for layout,, alignment and spotting shall be of the same color as the strip of pavement marking to be painted. APPLICATION OF PAINT Application of Thermoplastic materials and glass beads shall confirm to Section 84-2.04 of the CALTRANS Standard Specifications and the Special Provisions. MEASUREMENT AND PAYMENT Compensation for traffic signs, striping and markings shall be at the lump sum contract price bid for Signing and Striping installation. Payment shall include full compensation for furnishing all labor, material (including adhesives, glass beads and paint), tools, equipment and incidentals; and for doing the work involved in installing traffic signs, striping and markers complete in place, including removal of existing stripes, raised pavement markers and salvaging and stockpiling existing obsolete signs and necessary traffic control, as shown on the plans and as specified in these -Special Provisions and as directed by the ENGINEER, and no additional compensation will be allowed. SP-38 APPENDIX I APPLICABLE STANDARD PLANS SEWER MAiN J; 4'-aS'NYE a5' 1/8 SEND 1 3: ' PLAN SEE STANDARDS 125 A AND 125 9 ON SEWER CLEANOUT BOXES I i 1 4- V.C.P. RISER-- �4 - 4SWYE 4' V.C.P. LATERAL ' •-1 / 4 S 8 PROVIDE WATER TIGHT - BEND i PLASTIC PLUG W/ TIGHTENING BANDS MIN. 2% SLOPE UNLESS OTHERWISE DIRECTED BY 49� i CITY ENGINEER s ELEVATION SEWER MAIN ' CCNSTRUCT ION . NOTES+ 1. RESIDENTIAL SEWER'SHALL BE C MINIMUM V.C.P. PIPE. 2- ALL COMMERCIAL SEWER CONNECTIONS SMALL BE 6 V.C.P ' SEWER LATERAL WYE & RISER. Q° TALL SEWER CONSTRUCTION IN THE PUBLIC RIGTH-OF-WAY SHALL BE VITRIFIEO CLAY PIPE. 4 CONCRETE BOX SHALL BE INSTALL WHENEVER LATERAL RISER WILL BE IN A CONCRETE AREA, IE. DRIVEWAY ML25126 SEE STANDARD DETAIL 125A. Ex.lV3U93 S. PLASTIC BOX SHALL BE INSTALL WHENEVER LATERAL'rE cN►t RISER WILL BE IN TURF AREA, IE. PARKWAYS, or CAOr% SEE STANDARD DETAIL 1258 Revised 5-93 i CITY OF FONTANA, CALIFORMA SEWER LATERAL HOUSE CLEANOUT DRAWN BY C.)V. STD CHECKED BY G.M DETAIL APPROVED"OA k.wc-0 125 DATE , -/!• *j NO.37—T CAST IRON TRAFFIC COVER 1. The Cleanout Box to be a Brooks No. 37 with Cast Iron Cover or Equal. 2. Box to be Installed to allow Maximum Access to PL Cleanout. 3. This Concrete Box is to be Installed Whenever the V.C.P. Lateral Riser will be in a Concrete Area, ie. driveway, side —walk. ACAD STQ DET. 93L6010 Signed: Date: ® •i6 • �) ITY OF FONTANA, CALIFORNIA Drawn By STD. Checked By G,tz_ EWER, CLEANOUT BOX Approved By � DETAIL N.T.S. Date 2Z 125 A 1419 OR 1419T SEI y 1419 SERIES BODY 1. The Cleanout Box to be a Brooks No. 1419 Series with Plastic Cover or Equal. V. 2. Box to be Installed to allow Maximum Access to PL Cleanout. � 3. This Plastic Box is to be Installed Whenever theWMM V.C.P. Lateral Riser will be in a Landscape Area.CIVIL OF CAl'� ACAD STD. DET. 93L6012 Signed: Date: to 'TY OF FONTANA, CALIFORNIA Drawn By STD. Checked By Cam_ 'EWER, CLEANOUT BOX Approved By DETAIL N.T.S. Date Jr•Zf• 93 125 B �'• _ 4 �� I: � � I'. � � � l� k is o-. _ .� .._iS.. - .t� F. 7 IL Cut and Reconnect ,-Abandon Norse Connection _ - f�- I - --ADamotan mow so CowwCrwr. Cul and Reconnect ff ifSomiary _ � - - J' 45" Noi 1-- - • ( Sanitary S.Sever - - 45 r Max t Protect Par app//Coble notes and CASE N_O,_I details on Sid Drop t-DZ51 ��E NQ ; Cr' •'d /►•c•""•c' A Doled A topper tr S&$Vwt par Sld DwvL -' `Cul and Reconnect Of ' Abandon Morse /1• I 1 Abandon Norse Connection [ Sanitary Conneclarr 4 t Sea/err Sewer r Mom O. 2 _ ' 1 - — Supporl pot SM. Dwp. 2-0175./..t,or.5 l5 , Stopper, i Cut and Reconnect N A Detail A. �� 0 6 - - %( - -- NOTE E IL A TAF•rtA - 1 •, ��' -Aboodon Nouee Connection / A// home* connection# shot/ be r//r./led c/oy my d#oww /e! escwpr r — • + as Otherwise required on Standard Drawing Npp,pe. 6 DETAIL A o ? • 0 2 5/ Me MIMMUM Nope for 6 inch house connection• eho// be { .ncA per toot [ Sanilar _ i +!. A 6 inch moddig J/Y//De used where necessorr cnd JAo// De connected to /M y . pipe consAluhng the ee/ehng Y or l; or to Me nee/ lower pipo Aength .ilsMr - - - "� -, ./ d Y s may be laid •/%l • upon approval or /he Ena.no•r 4 5 Concroho /or chimneys sho// '0*A4?0-C-?000 or better. 4� 6 when son.lory •ewer house connections are supported on concrete ftopor/m -CASE NO. 3 N►en Batch house connections JAo// N sa enceJed per de/o/l tor Carte/e ewce.M'W Its.,*.% e ► -Stopper a. Standard Orowinp No 2-D211 , owd As cowcte/i Jrppar/J /or IAe Aorse '00 - necl/ml JAoAe yrr�Mtnel and/OM•/ /a /r// sr ..T .-., F-4. rr r Cu/ and Riciwl+►ect 1 A►aJ JrcA ewce.eA,ew/ - r - - y. CA.w.we�e nAos.n ere /Icier/e/ a✓y, ewe /As ec/ye/ cA.Awsr cews/rrclel e/ ear -� spec/tie oce//iw rAel/ w of /A r A rr/slichMl/ a e..c .wrr�ri♦ t'--.De/ot/ A REVISIONS LOS ANGELES COUNTY ice/ ` _ _ �� •"• ••••• ^ •• FLOOD CONTROL DISTRICT AOovNon Morse Ca►necl/an�� ,/ a -/m-N Arnrro hurt -- it . + r [ Sanitary -m cs t1lJ'tJ(D vrc R£MOOEI ING OF • . e /s s AOAfD Lf rA/( A Sewr- �'� ' SANITARY SEWER n • / Ir Nt wun r�tv rf Sloaver HOUSE CONNECTIONS `'� ---- ssrrosrnw A, t• a' CA$�NQ_ 4 •Prohcl Per apP/'CoO/i notes and --- N.n L � GJtjc�' (3 detol/s on Std. Dwg 2-D231 - 11f ,� ;,� r.�` f._ 2' A C. Pavement to surface i Manhole Frame 8k Cover Alhambra Foundry CO Ltd. No. A-I170 A / A � I Inner Pon A;hombro Foundry Cc L:d No. A- 1172 NOTE Not to be furnished unless called for in specifications. PLAN 120 Min. A.C. Pavement to 12 0 Min. TOP surface Pavement Pavement f e• ,•...' ,. . ® ro ruin. Manhole Barrel NOTES- SECTION A -A 23SAME AS EXISTING —3 0min• Rtrittd 8• if `tire/ L� : FH CITY OF FONTANA CAUFORNIA Drawn By STD STD MANHOLE FRAME & COVER Checked By CIETAJ AND REJNFORC�ED CONCRETE Approved ' .11 to Date ". r , 109 ace of Ground Std. Manhole Frame 5 Cover and Conc. Collar Step I /2''Cem4 �,"441 Plaster • 2'-0" -t, ,Brick Arch ONNile-Brick Arch Shelf O�F Cement Plover# NOTES I. For 15If sewen wA larger, turn 8"Arch over pipe. 2. For 12"sewers and under, turn 4'Arch over pipe. 3. aThe Doviii1iT� 6"t, nlorsM&I sh thlan ��1aced 4. The upper manhole step shall be v!aced between the top of the manhole and the manhole cover frpme and shall project not more that S' inside manhole. riable OTY OF FONTANA CALIFORNIA Drawn ey —&1L&' STD. STANDARD BRICK MANHOLE Owked By- AZU, TA ApprL For 6' to 24' Pip•°ved - Scale 1 1Ox 2' Date 4!Kg /e `�' 110 1 P_ �'� '"�^nay• 1d — 3 s -- c- c"am• S Wv•r ,-a ....- .1 1 - Svfloct of - - - - - - - Z fig l' T---� • — - - cro.nd 1 oc. goo stp 0•n•aln m� 1 'a • 1 • • ' LL 9 -',a'! Cats Alternaf• -!-� • ' •- • • C Clogs v,re '( bond to donea • T • ; line ' • • In -to I l� G S„ • • T •. • v iA - Hoop " • n3 _ _ ' 1 Ir • _ : ;y32 z •• '. 4 ' 48"dig — ` — CONE HALF -SECTION w v h -N '� 2 I/G" I (Pre — Cast R.C.) 0 onIs U ° j LAC— LA - = t 4f7" e ' SECTION OF TOP RINGS (pre -cost RC) 0 a - 4' - 8 IA" ----� ov z • I '� - 06 48" l 53 41 JOINT DETAIL Class "B"CoocrIto NOTES: ,Outlet I L See Sid Detail Nos. Ill, 1135114 for drop a )6a ion detaile and typical junctions. 2- Eccentric cone maR be used In lieu of c om on trio core!. TAf 1 0 Ta nf+oA step st+d I placed rot Msa tt+on 16 nor Tort tt+on 2 above srwit • 4. This upper mmoole step shall De pbctd v s, _ e . "tvten *4 fop Of Tonnoit and the +wonhofe to,yr harts and stall prciect not - ' � � a+ort fAon 3 Mich rt+ar,fiol0. S All joints swi pt mortar" 6. 3/40 0 gaiv. won sty or pfostpc stye W l ASTM A-82, ASTM C-478, ASTM Type II Grade 43738• t 3/i/" 17/20 T S JS I In pom of T !C J GTY OF FONT" CA YORNIA c>rm" By '011"P' STD. STANDARD PRE —CAST MANHOLE ��B' - TAIL Reinforced Concrete for 6 to 24 Pipe �.,s. rfS2S rw � 112 Date __ Scale 1 I', 2' V_— St d. Manhole Frame 9 Ccv er Surface of Ground Step 1/2"Cement Plaster z Am" 8" Brick - work T l• 1. L J • '• ; 3/4 t ; � O. . 4• p' , 0 O 5� _ 5�� I NOTES, I. For 15"sewer and larger, turn 8"Arch over pipe. 2. For 12"sewer and under, turn '4" Arch over pipe. 3. The lowest manhole step shall be placed not toss than 16" nor more than 24" above shelf. 4. The upper manhole step shall be placed between 1M top of the manhole and the manhole cover frameand shall ect not more than 5" inside manhole. GTY OF FONTANA CALIFORNIA STANDARD JUNCTION MANHOLE For 6° to 36' PiP* Scale l I'= 2' Drawn By STD. � Chocked � 0E1'A1L Approved Date _—A'K /gslo _ 113 GASH i 0 — -- -...-- -- 32• — - QType N-5-Red Reflector i Gcmfer oil Pbsh . i Sin le Ref!e_ dGrsi 'TL Level Line 75' -75� L ._.. _ .. l , 7.5 7. 5 TYPICAL SECTION Scale I 6' Chamfer `3/811x 8"Galvanized Both a Washer ' 6 x6'xC z:rist-%ction Heart 2"xG"-16' Douglas -or oress,,-e-reated Douglas Fr no.I Common \\7zera fir, ?er '_'aItrans Specs. Fiber Washer &"Type N-5-Red Reflector TOP VIEW Scale: 1"= I' ,20d Nails NOTES: I. Length dimensions shown are for Standard Local Residential Streets with 36' Curb separation. 2. Two coat f good q cilit WHHITE a paint shafil Ve opplA to �um ber. 3. Three 20d nails shall be used to sears planks to posts W L and .rive 20d nails shall be used at other posts FRONT ELEVATION Scale:l"=1' C I T Y OF FONTANA, CALIFORNIA BARRICADE -c,-r A I F A C, C,hn%Av \1 evised I Treated Wood 2/19/86 /'-- tvise'l Revised sips 11-e9 1 0{avrn� STD. Chocked By �DETAI L ApproM �-irrNoy &- ' ® 4 Street Svrfoee 2" Street Surface W6w Compacted Earth 11 ' 1 A 12 • • N x��.,' 45 1/8 Bend r ... �, Vitrified Cicy Pipe Stopper Cemented In SECTIONAL ELEVATION NOTESs h Cleanout Frame and Cover Alhambra Foundry No. A-1240- _�= or equal. - -_ - -• r` 2. Class'A• P.C.C. to be use in all sewer construction. 17 3, The Maximum distance to manhole downstream shall be 1501. SECTION A —A CITY OF FONTANAs CAUFORNIA Orawn -87 dt �'�E'P STD Checked Br ��''� id IDEML SEWER TERMINAL Appmod� CLEANOJT Date����.f h0 SCE rn EXISTING A.C. /V88 MAX. SELECTED NATI PER CITY PL.AN3 AR- 4000 3AGMAX.rHOT• MIX A.e AR-4000 3/40 MAX.,HOT MIX A.C.) SAW- QLTr/RF1Q� W -1---. I min.1+2' L1�_ 6" tT1dx_ is SPECS. I&EDDdio SMALL K IN ACCORDANCE 1 W/NOTE -- 11, PIPE CL.O D-LOADING 106114. t2r' W N. • Wt— 30MAX. SIZE NATIVE SOILt COMPACTED 95% 6'"MAX. SIZE NATIVE SOILS COMPACTED 90% (WITH A SELF-PROPELLED VIBRATING SHEEPSFCIOT ) 3/4" MAX. COMPACTED TO 9Ct BY USE Or A VIBRATORY lCCKPAC' __FOR r OR PRE- M0I3: z SAID W r TRENCH WIDTH mr OUTSIDC DIANCER Of P1►t. . ta" WNINUM OA AS OIR[CTEO r (sav-cut/rem. ) GENERAL NOTES: 7. M edges of existirV pavement being joined and saiacs Deng overbid shall receive a 1. Al excavation vahin the C4 of Fontana right- tack coat of asphalt emulsion. of -way requires an excavation perm tram the Public Works Department. 8. Trenches of 300 feet or more to be paved }jh a sad -propelled machine. 2. Underground Service Alert shall be notified 2 wor" days prior to start of work 1-800-422- 9. Any sirvat Paved or resurfaced in the 4133. precious 36 months whirs the trench extends torn It» curb more th= 7 feel or a in a ' 3. AN exavatk= shall be trade. protected. and traveled brae. will regvire an overlay 25 feet supported as reputed br safety and in the in both directions tom the centerline of manner set forh is the operations rules, orders, trench. Per number 8 above. and regulations prescribed by the CaPomo Division of Industrial Safety. 10. M trench failure should occur, the per-tseeldevebper will be notified of such 4. CWV2,Ction of txackli shalt be verified by doSciencies and aimed to remove, replace, contractor and approved by the Department of recrady, this wort. Upon biure of the ' Pubic worts Prior to the pbci it of the =r--ador to PrompOy =mwb and under order of the City Engineer, trench failures permanent pavement. s.-.21 be remwedied, removed, replaced at S. Pemanent pavement shall be repbead wAhin 5 per-&eoldeveioper sole expense. ' days of excavation, a minimum 24nch thickness of temporary asphalt paving steal be placed 11. Beddrwg material s.`a1 be sand, gravel. within the trench area until pemanent repair is xnhed aggregate, or native tra"r2ining completed. The temporary paving shall be grarubar material havi+g a sand equivalent of placed and compiled in such a manner as to net k!!= than 30. and steal have a percentage provide a sale and smooth traveled surface. cor Vosation by weq t which conforms to the Pernitee shall m ak+tain the temporary bk--v gradir v pavement in a Safe and srrocAh condition until Pem-nent Paving is in Pam• Sieve Sees Percentage Passn9 Slaves - S. Prior to ptacernerg of penranerd Paving, axis" 2 V2 ................ 90-100 �'.r 100 pavement short be cut to a neat straight ire. No. 4 ................ Pawmwant cracked adpcerd to the trwoh steal ' be removed. NCYM-SOIL-S"' _R,1WTw IS POWIRP9 PRIOR TO PLACEM" OP PEMNMEW PAYMM' t3ae EAR7&MX CITY of FONTANA, CALFORNIA STANDARD TRENCH REPAIR CKCKW r mpw ww rf DATE - 16 -d STQ = OETdlI ►N , ""JL Y CASE III CAM I VITRIFIED CLAY AND PLAIN CONCRETE PIPE Badhfl os raelllyd_--__- ___ REINFORCED CONCRETE PIPE s'wNrrl.wr tbraar 1 T _ QTop o1 Bedding B wins oMer.Iv B.tutl or aratltol rnAlA�r� --- - !, lair*/-------- `. C*.*w•�rn1Y - T - - -j----- - •MrMr r or- M�2 - � noted w the Spoc/lica►MAL /-_--tw« - tr MrreLr-r r i10-G-r000 rwtw/trw d*row*o_ tl. t 1 - - • _ -Eu.wrN OMB of sAeefry ' CwAerwt* to A,M or co".- -- t 1 _ -_I TI; E,co•e/ed dons or - r{ ��st.,N &##WA# A to L7 tr.'f. W � .�7 _ / gawp. ✓ vr+. 3►, ./ a/„i w rA. 0�; i"/a~y • ' � �- •• T •!/ID' M•wN / -__ _ 6?1. �. wrAMI ./ to /, I, •try,rowl � Me - \ 4~ dial ' l £wr/000r. O twtr►II,Ir.-r ' 1 _ - �L1MN A----- %r. •. .. ./ 1 `. 0.//M/ w,/wA,/ 1.N./ 1,/qw �. ' `/7werA.wew r **/Nor moldJw /'nM.Heo.n e,/dMI. . ` o/ p/p* 2Aw/ be ///10' to,r•,•s .r ; Awerval Nh. toe// '-tKM//M 1* rate Art P*lRof/,/ 51*M/ lore*/ A. IM./II •AI • ' a • _ •-0owl.11 A N eowR! *.IN rr*. Ma tAw � ' 1 CASE I OEDORM (Load Factor 2.1) otewo/or A* wo cote seen A so 1 pAw2. CASE II BEDDING 9 BACKFILL AROUAO P:PE (Load Factor 19) /*ee Ma. /'/*/"'1 Irwl bell r to/for Was stag/ e.4rr Coast IorIW wmx r a W prow • /e)-W i/ t A. IAw//Aorta At. IAon 6-tor dr 0, IremA. 3 CASE III BEDDING B BACKFILL ARWNO PIPE (Load Fectr Is) ar • e4raaal.r ti Coast L r der lit I�+Yhp ee pn•.eYI !'•"!!7 o*ry p.H A**een one lr Malady &W It OW Aeellre/ ✓ Ciw I - Ttie d1Ir•rws-* owy i/WA * the /A1r/nvtt of or, ,Avrt, p • /./ "Ira � tp^'7""C pAe Ne+I w*I 1* Iert /An*w tAe /oar...a 6 ' /r //Io 60' r Mt* tMaerat �� ar sg1Mb h Mdtt I/ to ro«nr/ 1! Al 11ANa tow o irf IN 47. 'wreewtl o/ too o/ rrl,* rwq Ae eel M diameter /U*'r pipe 6!, /* /06 A•c4µ, r �w.et and /t w.. me ff""lolt r I IYwrwe/M t►eN,r /A*w <<� tllra-In dret•rtrr. r/v•r dwrne.ow* — I'/a''b'►•'► A1*n ai , *r IAM�- t MMaII eMr At r*e/N IM*w I it Ar*,IW*I tr / ,/ w'O' -W /A, /M norm .I awl. t/wh'. M PIN idea •1b)Moen cater to to op loot. W woebr*/ r Me too r Mo pop* M' to w'P not It a►te/r Mu I,0w/*81 /A► c".Moc/er of A•t ow.r osrowto Q•twM/ow avow/,/ /Mw IA. e/o.* ly,l/IM/ Nes prms"Ve Cote I M//6or N etr*waor r/r* TA, e/e/o/ I' AWA408 ^•r•.•�•/•t• Morro* t1ot1/IoI M A4 /ro/,N *oWwa• /AN MIc6e*s► 0 or M*etba • It/wworo co-*r /1 P.,•*r IAar /d 'W',.o*t•w.4 r Ab /er de n. n /A*w /t) / a/*r*r 'or Pip* %o'►I /rI beI Io IOA � M IAewo/r r 4u, */ /!- /r pipe@ oeMr �-a A /*~,*, r+/rt Me lo+bh "cr I wa No oMtwMae oe /rore Cot, 1 soa r F04•C 1000 CASE 'V �.l L M MA ttvC) i m tbowar pipe Mho /ea r.or/ewo AosLdo 'As Avdoees o/ on! tAoowy - Concrete A r ue C4r"rr R C r. " A C P. Ce.• w /r .....6•• oe .>'WAAwaiw ca�,reatl,�-C-J000 CM[/N,. Of se A .MN •o t I W 4'..n a.wa melt "*e w.M •I.r..... •o•d., r •..•.• en tun /e.-1 rear �y r-*e..* •e •W. 3/4 •.wow r .It ....w r t .•ICI O` tw Mn/-___- _ _ _., - twgr.et - •,etlb.4..Iwl•.• etw ,— •pp,-.o ti In• ..none ..•Awc r .M wr ti a•wc, Iw ~~•~• r e.wn r rr• or •w,r M/*f1• • i - - It_ CNN- j r Me! —... •/M.MI• .MII N v-4 Ir Mp• 71 .wsw•• w .r..M* •.e.w•r•. 1 • •a e,a�•w ra•v••. ere r� Mot .1 t/, • erw Ina• •rill �• r.•, Ir M, ..�e.., •V-e.•r�• e•w a e. re�,� we -r r, .n� • / � • . • � 0•1• t-.•-•. .war t I .wa.r. ,•r••.r l a.w*rq a •Ran A. 41.A4&. 4 or .ew* « on.I � Holy• •nee •. u* 0— .. M•wMY .w•.u.•. •• • .inane .ww• •or«•w `!'*,+I /Lr arN, Np.rwewl ce-o. d .'� T'-J/IO• ". a •a.wc• r ••a.r.0 r ••• t.e. •..• w+, A-Pow,*~,*ft wr soI rKI/K,I Mel. lwwtr,I, r 71 C•w.vw• w..M. rhea. orb* rr w 02.3 pi / .:Irw/A- r r.ee. 7.• •••., r�p C IOOa'"N .ar,«.ep .e./"v A1--_ 4_.. , .- t..• -.- Rod X w✓ so oyeot/N ,. M/Me/ N Iy !•t*►Nbw N NI •. .r.w C ► •w, A C'Oro how � /ea [wa.4*N a . CASE KDOlfao (Load Factor 30)-' Menlw/ . `-/'se/Nwr of A*I/Aor s StJ,(w! (O(1 , - a . e a rawnMr�• aa/wb[op/AoorofwpoAlrw .*toCowTN tan* r it weN coatlAle*e ewstep N cwweMwrlww. 0 GENERAL NOTES 4. Be"oll a tlnall conjoin no rocks Iwo" •••••••<•• ........ l Ol/1 -- .... �.t...� aw A..at t.s . •neat CONTROL •.couwr than 4-w.ch In Ireatosl •• •' S. CASK = OEOdNY (Land r*lot 2.7) dttr.enslon O D w It t* r,1 i wl..tto A....re A.I. PIPE BEDDING ahN M Mad ring a�attftiW an M plane. Cosa IX Bedding .hall whole rocs ore Included In the bedding; noding 1%"eel .111 ps1 A-.W AA.Irr IN be Med rtsb= pdn ad of Cam sl ah"I re unstable li*nch .ells not M itemilled. 0 , it n r &0 • • ••w ww, :; i TRENESe Iti two Faso I.0 1f tr rewired ►r Ike Enllneer. /� 4 v'r .. w 1 �.W. f,�u'4Y 1 i >• r 1 Clearance between top of sewar pipe and steel rsnlnforcemsInvert of coal in sholi be a minimum of 1 1/2 place Slam Droln -_War Il OV4 Bore Ill A ' e ' . '. . ' Long. Stool, ' • '- - y„ %,, b t -t—n `fin.- ewer- out 2 clear 45 '. —� " -�2 r- jr A B 6 Uun. � • f .. SECTION A -A ' I 9 CASE I I Fa selsllnng and new sewers lass than 15 Inches In dlamalar where �L cNerence between bottom of Cost 1n Place Slam Ofoh mid top s of San Sewer is Isss than 6 Inches , and where the awes Is m pyraellmelsly et right angles to the Storm Droln. SECTION 0-0 OTM allnitery sewer shall be C.I.P. unless otherwise speclfisd- Clearance between top of sewn pipe and I steel reinforcement shall be a minimum Invert of cast In of 4 Inches. 1_. 12• place Storm Oraln I• Flexcill_. M4 bare (ID I6•- Also place ovei bills Ler1g, aleel, o $ r.�nl �i 'rS note cut Y• elrer ( L_SprIng Llne of sewer. �. D11' Invert of Procael Pipe Pan .soma undistwbsd Bonn .- 'A'9 bon Terwllnale 2' from enls of comic CASE III !k Where clearance between bottom of Recast Pips Slam Ororn and top of saNtory sewer Is less than 6 Inches. Swdkwy aswsr all be C I P unless otherwiss specified. 5ym m.f d About P LE TA) ar Pow egalnsl . •! ' �I j •iOI undisturbed eth 1 . • t I . 0, l - E O Ill '.ECTIl E E HALF wT1QN 0 0 Use when sewer a be" Use ~ sow« I$ cambuclsd and r Ws rabtry or IS' Iw • �� (,1•. CASE _� than ii dia dla or IWW hMd w egaundisturbed earth--- CASE U Wherelclearance between bottom of Ptocasl Pipe a Cost in Place Storm Drill and op of sanitary sewer Is from 6 Li to le Inches. For Hlttbg sarglsry, "were Mu than 15 Inches In diameter where existing sower Is to be maintained In place and where clsoronce between bottom of Cost In Place Slam Drain end * of sanitary sewer Is less than 6 Inches. Tho encasement for the sewer between the limits of the encasement and the face of the stemma drab •hall be as shown In Case $. Sec. 0-0. GENERAL NOTES L Where C.I.P. Is called for the Sanitary Sewer stall base pntlruclod or rtplaced with standard cost Iron soli pipe 1n the case of house connectlone, a with cts B a class 130 cost Yon pipe in one case of mars Ilne trawl. &L Concrete for wicessmenle shall be per adjacent struclure.ril l Caee]U and Coss IY which shall be&420-C-2000 po,llond temenl COnCrele 3. The concrete encasement shall •eland across the lull wldlh of the Sloan n drain trench. plus on. o4ilmoal I• 12 Inches Into undisturbed earth on each slde of the dorm droin trench. 1 1114 C I P shall not be used for Los Angeles County Svlllotlon District sanllory sewer$ of for City of tong Beach sanitary sewers. Supersedes drawing of some number doled NOV 56 REVISIONS n 9-6-6 Rev -sod Mole 2 ' 1K 1-3-6 Added Note 4 QI 4-1. 72 Re..sed COrKrels des,analion .........��71_�..._.. •.- �urn. LOS All t_ES COUNTY FLOOD CONTROL ill RICT PROTECTION FOR MAIN LINE ANO ►LOUSE CONNECTION SEWERS NrINE ,ill• 61 j 1 APPENDIX II SOILS DATA (For Reference Only) 1� SO, KLEINFELDER April 22, 1993 File 58-3087-01 ' Nir. Ronald P. Sheldon, P.E. J.P. KAPP & ASSOCIATES, V C. 1 5 892 Pasadena Avenue Tustin, California 92680 Subject: Revised Submittal Geotechnical Investigation Fontana Auto Mall Fontana, California Dear Ron: The following is our revised geotechnical report for the promised roue grading for the Fontana Auto `Mall project in response to your review letter dated March 23, 1993. Based on our findings, the site is suitable for the proposed development from a geotechnicai standpoint. Removal of existing fills and disposal of unsuitable materials will be required prior to grading. In addition, careful observation of demolition of the existing structures s!;ould be performed to help id�n::fy any existing substructures or utilities for removal. Additional geotechnlcal investigation should be performed for future buildings once their locations are defined. We trust this report is sufficient for the project needs at this ::;ne. Please call me if you have any questions. Respectfully submitted. KLELNTELDER, L\C. Chris K. Hayes, P.E. Senior Engineer CKH:gls Enclosures Allen D. Evans. P.E. Regional Manager 3;R93.301 A . - —.._.. _._.__ �'� h1IIti1E11)Elt GEOTECHNICAL L`VESTIGATION Fontana Auto Mall Fontana, California TABLE OF CONTENTS Page Section 1 1 INTRODUCTION .............................................................. 2 PURPOSE, SCOPE AND AUTHORIZATION ........................... 1 3 GEOLOGY AND SEISMICITY ............................................. 4 FIELD INVESTIGATION AND LABORATORY TESTING .......... 4 5 .............................. SITE CONDITION'S ............ ............ .. 5 6 SUBSURFACE SOIL CON'DITIONS....................................... 5 7 CONCLUSIONS AND RECO'M'MENDATIONS ......................... 6 7.1 General Grading Recommendations ................................. 6 7.2 Shrinkage and Subsidence ............................................ 7 7.3 Preparation of Pavement and Con.-. ete Slab Subgrade ........... 7 7.4 Excavation Conditions .............................................. 8 7.5 Temporary Excavation Stability .............................. ..... 8 7.6 Preliminary Foundation Recommendations ....................... 8 7.7 Lateral Earth Pressures and Frictional Resistance ................. 9 7.8 Preliminary Asphalt Concrete Pavement Design .................. 9 8 ADDITIONAL SERVICES ................................................... 10 9 LIMITATIONS................................................................. 10 (3)R93-301 A Copyright 1993 Kleinfelder. Inc.. All Rights Reserved 1 Y B-1 I 1 — • ' 1 _ . ,neio ta• we B - 3 VALLEY I B 2.j_ ! I B-5 .(�T.. Egg-- . I I N B-6 YloD'RrE -- • I I wRx `DR _ Uuno,1 DarIt9Rn"KCA1R6 .G! MS p / / for AM d, e� I A p—I1 I Cori �.0 is G t o- �i Do xc- } _ 4•a .� I 4w-.at .t .n„[ ; I IDr S. so AC. - ' F , B—�4 - d' rxDlEa AM I � T/. T (ODD P.6lUlLLT D.Yi �G p iSIOYO[ J �C-5 YIM STDW4E YaD �C p I, n• a� CIRE[T R.O.l. 1.1! RC . .y B O - , . � •LL .CIO DGILI ARU ' Ia 1G -y- I 1-•. — Gj' c -_".' - —•. - P.AUTO�IIALL COURT < _ APPROXIMATE EXPLORATORY .-`B•- B— Q T � BORING LOCATION �;�y% B-12 y • APPROXIMATE CORE LOCATION - } L — — — — — — — — — — — — — E . U U) ante : i J za Z 2 w 0 0 11 .z OFF PJWP - ._._ �••-� oN RAID - r 4 • �}'tiJ BORING LOCATION PLAN FONTANA AUTO MALL- SAN BERNARDINO 1 ". (I-10) K LSE 1 N F E L D E R FONTANA, CALIFORNIA ' rRoxcr R0. se-203D-Oi 50-2* 9- curt: DAM ROVEY j "" aiv \� t /T'°sa'` f _ ": �'.• `yam _ +B 6 I . oft � d � I I( ao 16 loft Alft vlftv CL `�--"` ,�... -� ..... ,t a _ _ -, ' - _ W' '�-'go�•'Fc �-: - I'�- s T` � � ..arv.�nv�a. _— --- — -- — — — �� AIEItiFFLDER t GEOTECItN'ICAL NVESTIGATIO`' FONTA1vA AUTO NIALL FONTkNA, CALIFORNIA I C TRODUCTION ' This report presents the findings of our geotechnical investigation for the proposed Fontana Auto Mall project in the City of Fontana, San Bernardino County, California. Our 1 understanding of the project is based on our review of the preliminary grading plan prepared by J.P. Kapp and Associates and discussions with the City of Fontana and J.P. Kapp and ' Associates. ' The project site consists of approximately 37 acres located adjacent to the north side of the I- 10 freeway between Citrus Avenue and Catawba Avenue, south of Valley Boulevard. The property is proposed to be mass graded for future development as an auto mall. Future development is anticipated to include single -story slab -on -grade buildings with surrounding pavement and landscape areas. Several existing structures will be demolished including a mini ' storage facility and existing houses. The site will be graded by cut and fill with maximum elevation changes on the order of four feet. a Klemfelder has recently performed a geotechnical investigation for proposed surroundlna and ' interior street improvements associated with the proposed project entitled "Geo.ecnnica i Investigation, Street Improvements, Fontana Auto Mall. Fontana, California" dated Februar; 11, 1993. Information gained during that investigation was used to develop recommendations ' 'of adjacent exploratory borings performed for that presented in this report. Locations investigation are shown on the Geotec�..^,ical Plot Plan, Exhibit 1, and the associated bor:r.` logs are included in Appendix C. 2 PCRPO� SE SCOPE A.ti-D AUTHORIZATION II The purpose of our geotechnical investigation was to evaluate the subsurface conditions within the project limits and to provide our conclusions and recommendations for geotechnical design ' and site grading for the proposed project. i 1 (3)R93-301 A ' Czv-!r.ght !993 F.:cinrelder. L All Rights Reserved hlEl`fEl1)EK Fon,ana Auto Mall April 2", 1993 Paze 2 of l 1 The scope of our wort: consisted of subsurface exploration, laboratory testing of selected samples, engineering analysis, and the preparation of this report. The recommendations presented in this report address the following: 1. Discussion of site surface and subsurface conditions encountered; 2. General grading and pavement subgrade recommendations; 3. Review of the anticipated excavation conditions; �. Suitable trench sidew•all slope angles and parameters for the design of trench shoring; 5. Design lateral earth pressures; 6. Preliminary foundation recommendations for future building foundation design; and 7. Recommendations for additional services. The work has been performed in accordance with Kleinfelder's proposal dated January 18, 1993. Authorization to proceed '.vas given by J.P. Kapp & Associates, Inc. in their letter dated February 23, 1993. 3 GEOLOGY AND SEISNUCITY Regionally, the site is located in the eastern portion of the Chino Basin within the Penir,su'Aar Ranges Geomorphic Province. The area is underlain by several fault -bounded structural cks uplifted during Pleistocene time (last 1.8 million years). The San Bernardino Mountains and San Gabriel Mountains represent uplifted blocks located to the northeast and north of the property, respectively. The. Chino Basin represent a down -dropped structural block south of these highland areas. (3)R93-301 A Copyrzht 1993 — _.-- - - --- - --- ---- ---- ._ ----- - - - --- --.. _ ..------pSj k L E I ', F E l l) E R Fontana Auto Mall April 22, 1993 Page 3 of 11 The Chino Basin is a broad alluviated region lying bet,,veen the San Gabriel mountains on the north, the San Jose/Puente/Chino Hills on the west, the Santa Ana River/Perris Block on the ' south, and the San Bernardino Valley on the east. Major faults surround most of the basin and trend nearly parallel to the base of the adjacent uplands. The basin -has been filled with alluvial debris derived from the local uplands. Alluvial fans and outwash plains spread out across the relatively low relief basin floor. activity or its effects in the general area and/or Seismicity represents a measure of past seismic acti g at a given site. Such measures include the recurrence of magnitude, intensity, and ground ' acceleration. It should be realized that it is not yet possible to accurately predict the future occurrence of earthquakes in time or space from past records of seismic activity. i The maximum credible earthquake for a particular fault is the largest magnitude event that can reasonably be postulated to occur based upon existing geologic and seismological evidence, independent of time. Most maximum credible earthquakes generally cannot be assigned a meaningful probability of occurrence, which is usually very low over the useful design life of most construction. For the of this study, the San Jacinto, San Andreas and Cucamonga faults are purposes considered to be the most likely to Influence the site in terms of ground shaking. The maximum credible earthquake that cou:d tale place on these faults ranges from a magnitude 7.0 on the Cucamonga fault to an 8.0 =- on the San Andreas fault zone. Peak ground ' accelerations in excess of 0.5 g are possible at the site. Peak ground accelerations are a convenient means of categorizing and comparing earthquakes for geologic purposes. SHowever, peak ground accelerations are. generally poor indications of building performance during earthquakes. The duration of shaking, the frequency content of the seismic waves. localized subsurface conditions, and derails of the structures involved are all important factors influencing building performance. The Uniform Building Code (UBC) seismic design .g procedures are generally used for projects having similar size and type of structures to be constructed for this project. The secondary effects of seismic activity normally considered as possible hazards to a site include various types of ground failure. The types of ground failures which might occur as a consequence of severe ground shaking include landsliding, subsidence, ground lurching, I)R93-302 A s!! P: s R:s: KLEI`EEI I)ER Fontana Auto Mall April 22, 1993 Page 4 of 11 shallow ground rupture, and liquefaction. The probability of occurrence of each type of ground failure depends on the magnitude of the earthquake, distance from faults, topography, subsoils and groundwater conditions, in addition to other factors. LGround surface rupture is usually confined to a narrow trace of an active fault. Since there is no known active fault present on or adjacent to the site, the potential for ground surface rupture is considered very remote. Due to the lack of near -surface water, relatively uniform subsurface conditions and distance from faults, the potential for differential compaction at the site is also considered very low. ' Loosely compacted granular soils located below the water table can fail through the process of liquefaction during strong earthquake induced ground shaking. In this process, there is a rapid decrease in shearing resistance of cohesionless soil, caused by a temporary increase in the pore water pressure. The factors known to influence liquefaction potential include soil type and depth, grain size, relative density, groundwater level, degree of saturation, and both intensity and duration of ground shaking. Based on our knowledge of the region from previous studies, and the deep groundwater level, the liquefaction potential and ground lurching for the site is considered very low. 4 FIELD P;VESTIGATIO\ A_ND LABORATORY TESTL\G Our field investigation consisted of drilling 6 borings to a maximum depth of approximately 30 feet below the existing surface elevations. The approximate locations of the borings are presented on Plate 1. Our field personnel logged the materials encountered, obtained both drive and bag samples for rY laborato testing, and recorded the results of penetration tests. Both 'Modified California and d Standard Penetration test samplers were advanced 18 inches by driving with a 140-pound hammer with a 30-inch free fall. The number of blows required to advance the samplers the last 12 inches are indicated on the logs of the borings presented in Appendix A. Soils were ' classified in accordance with the Unified Soil Classification System, explained on Figure A -lb in Appendix A. (3)R93-301 A Cwyr.?i: a93 1❑- - A,:: P:z`.ts R:ser.ed K L E I % F E L 0 E R Fontana Auto Mall April 22, 1993 Page 5 of 11 Laboratory testL 'nof se samples les consisted of tests for in -place unit weight and moisture b p content, gradation and maximum density/optimum moisture. Laboratory test results are presented on the boring logs and in Appendix B. 5 SITE CONDITIONS The site consists of approximately 37 acres which is relatively flat with overall nominal slope to the south. Drainage appears to be by sheetflow and no incised drainages were observed to cross the site. There is an existing concrete lined trapezoidal channel which ,bounds the property on the south. At the time of our investigation, much of the site was covered with a P Y moderate growth of grassy weeds. There is a row of eucalyptus trees which dissect the property from east to %vest and several other trees on the property. There is an existing mini storage facility consisting of small buildings and asphalt concrete. There is also an existing single family residence on the east side and two small commercial buildings at the northwest comer. Throughout much of the northwest quarter of the property there are dumped piles of fill and debris to a height of nominally five feet. The piles appear to contain mostly earth with construction debris of concrete, asphalt concrete, wood, metal, vege-ation cuttings, and other miscellaneous debris. 6 SUBSURFACE SOIL CONDITION'S The soils encountered in our borings varied from silty sand to swid with gravel. Silty sand twas the predominant soil type encountered near the surface. Th:- silt content of the soils encountered generally decreased with depth to a sand with gravel. The. gravel content likely varies with depth and cobble or boulder size material may also be present. The materials encountered varied from loose at the surface to very dense at depth. The materials encountered in the borings were generally moist to the maximum depths explored. Some thin ri were encountered at depths ranging from 8 to 15 feet below the ground layers of wet material P surface. Based on laboratory testing, the materials encountered have moderate strength, have very good road subgrade characteristics, and are relatively free draining. Groundwater or drilling refusal were not encountered in any of the borings. - - - - - - -- - �� AtEINFEt1)tR Fontana Auto Mall April 22, 1993 Page 6 of 11 7 CONCLUSION'S AND RECOLMENDATIO`S Based upon the results of our investigation and our understanding of the project, it is our opinion the proposed project is feasible from a geotechnical standpoint. The following sections present our recommendations which should be incorporated in the design and construction of the project. 7.1 General Grading Recomme ndations 1 7.1.1 Demolition and Clearing The project will require demolition of several structures throughout the site. We recommend that demolition be observed to help ensure removal of all substructures and utilities. Significant quantities of fill were observed within the north half of the property consisting both of evident piles and shallow surface fills. These fills should be completely overexcavated prior to grading. The depth of overexcavation is estimated to be approximately rive feet to remove evident piles of fill to approximately one foot to remove shallow fills which are scattered across the north half of the site. Approximate locations of significant fill areas are shown on Exhibit 1. Fill materials obsen-ed included construction debris of concrete, asphalt concrete. wood, vegetation cuttings, and miscellaneous debris. If any of these materials are used as fill. they should be segregated so as not to contain particles greater than six inches or arvl organic ' or deleterious materials. 1 Prior to the placement of fill, areas to be graded should be stripped of vegetation, debris or other deleterious material, which shouic be disposed of off -site. The natural grade should be scarified to a depth of 12 inches, mois::lre conditioned to near -optimum and compacted to a minimum of 90 percent of ASTM D1557 maximum density. 7.1.2 Compacted Fill Compacted till may consist of suitable on -site material or imported granular material with a plasticity index not greater than seven. a percentage passing the number 200 sieve not greater than 30 and with particles not greater than six inches. Compacted fill should be placed in loose lifts not exceeding eight inches in thickness at near optimum moisture content and compacted to a minimum of 90 percent of the maximum dry density obtained in accordance with ASTM D-1557 test procedure. 1 (3)R93-301A --- --- - - ------- - - ---- --- _ - ----------®,�® h l E I N F E l U E R Fontana Auto Mall ' April 22, 1993 Page 7 of 11 7.1.3 Permanent Slopes Slopes should be constructed at gradients no steeper than _':1 (horizontal to vertical). The on - site materials will be highly susceptible to erosion at the slope face and erosion protection such as appropriate vegetation or other measures should be included in the design. 7.2 Shrinkage and Subsidence Based on measured in -place densities, we estimate a shrir:kage value of 10 percent for the top five feet of on -site soils when used as compacted fill. This value can be applied both where existing soils will be compacted in place and where existing soils are used as compacted fill. Surface subsidence due to operation of heavy earth moving equipment is estimated at 0.10 feet. Volume comparisons are between existing in-placle conditions and final compacted in - place conditions and does not apply to volume change of existing stockpiles. No provision has been made in this factor for losses during handling or for overall volume reductions due to stripping surface soils or differences between mapped and actual topography. The shrinkage value is an estimate only and is based on limited me- surements of in -place compactions. Experience at the project site and surrounding area should be considered in estimating a shrinkage value. 7.3 Preparation of'Pavement and Concrete Slab Subgrade New pavement sections and concrete slab areas should be constructed on a minimum of one foot of compacted subgrade. The subgrade beneath slab areas should be compacted to a minimum of 90 percent of the ASTM D-1557 laboratory maximum dry density. The subgrade ibeneath pavements should be compacted to 95 percent of :he maximum dry density. Materials larger than three inches should be removed from the subgrade surface. Aggregate base should ' comply to Class 2 of the Caltrans Standard Specifications, Section 26, 1988 Edition. Aggregate base should be compacted to a minimum of 95 percent of the ASTM D-1557' laboratory maximum dry density. li (3)R93-301A I ------ --- -- - - --- �� AIEINFILDER Fontana Auto Mall April22, 1993 Page 8 of 11 7.4 Excavation Conditions Based on conditions encountered, excavation for proposed grading can likely be accomplished using conventional earth moving equipment. While large cobbles and boulders were not encountered in our borings, it is possible that they may be encountered during excavation and could require special handling. It should be noted the effectiveness of conventional earth moving equipment g P a ui ment is highly dependent upon the condition of the equipment and skill of the operator. 7.5 Temporary Excavation Stability J Side slopes for temporary excavations should not exceed 1:1 (horizontal to vertical). Shoring and bracing will be necessary if trenches deeper than 4 feet or side slopes steeper than those described above are to be constructed. A uniform pressure of 25H pounds per square foot (psf) may be used for preliminary shoring design where H is the depth in feet of trench to be shored. Final choice and design of a shoring system should be the responsibi?ity of the contractor. Relevant safety procedures, including constn:cting appropriate side slopes, or installation of 1. shoring and bracing, must be followed in ai tren. ink operations where personnel will be working in the trenches. We recominend keeping ee,.;ipment and stockpiled materials back from the top of the excavation a distance equivalent to th.e excavation depth. OSHA and Cal -OSHA requirements should be follo-xec for all excavations in which personnel will be working. The recommendations given above for excavation slopes should be used iwhere these recommendations will result in slopes flatter than those required by OSHA and Cal -OSHA. 7.6 Preliminary Foundation Recommendations The following recommendations are preliminary based on conditions anticipated to exist subsequent to proposed grading. Further investigation should be performed. A spread concrete foundation appears to be the most suitable foundation type for the support of the proposed future building. Foundations placed within the natural ground or properly compacted fill at a minimum depth of 1.5 feet below the final grade may be designed using an (3)R93-301A - -- - -- - - - - ----------- -- � hlfINFILDEK Fontana Auto 1Niall April22. 1993 Page 9 of 11' allowable bearing value of 2000 pounds per square foot (psf) for dead plus long-term live loads. This value can be increased by one-third when considering short-term transient loads, including wind or seismic. Footings should have a minimum width of 12 inches. 7.7 Lateral Faith Pressures and Frictional Resistance The following lateral earth pressures and resistances are for undisturbed native soils and compacted on -site soils. The values given are for nonsaturated, static conditions. These jvalues may be used for foundation or retaining wall design. Level Backslope 2 Horizontal to 1 Vertical Active earth pressure: 35 psf per foot of depth 50 psf per foot of depth Passive earth resistance: 400 psf per foot of depth 600 psf per foot of depth At -rest earth pressure: 55 psf per foot of depth 80 psf per foot of depth equivalent fluid pressures. The active case assumes a The above values should be used as q relatively small movement of the structure away from the soil. The passive case refers to the lateral earth resistance when the structure moves into the soil. The at -rest case assumes that no relative movement between the structure and the soil occurs. Proper drainage behind any retaining structure should be provided in order to prevent the build-up of hydrostatic pressure. When evaluating passive lateral earth resistance, the upper 1 foot of soil should be neglected unless confined by pavement or slabs. A coefficient of friction of 0.40 bet,.; een native soil and concrete footings may be used to calculate sliding resistance. 7.8 Preliminary Asphalt Concrete Pavement Design The following structural pavement sections are based on light vehicular traffic parking areas. Based on conditions encountered and R-value test results from materials obtained within and around the site duringKleinfelder's off -site investigation, a design R-value of 70 was used for our pavement design. (3,P.93-30I A i -_�--- - - _--.--k1i KLEIN[ ELDER Fontana Auto Mall April 22, 1993 Page 10 of 11 The recommended pavement section is 2.5 inches of asphalt concrete over 4 inches Class 2 base over compacted native subgrade. The Class 2 base should be compacted to 95 percent and the subgrade to a minimum of 95 percent for a depth of 12 inches based on ASTM D 1557 maximum density. 8 ADDITIONAL SERVICES We should review project plans and specifications prior to construction to check for conformance with the intent of our recommendations. During construction, we should be retained to: • Observe demolition, excavation, fill placement and compaction, subgrade preparation, and backfill; Check and, if appropriate, test imported materials prior to their use as fill or backfill; and • Perform field tests to evaluate subgrade preparation and backfill compaction. If conditions encountered during construction vary from those we anticipate based on our borings, our presence would enable us to modify our recommendations or make appropriate additional recommendations on a timely basis. 9 LBUTATIO\S The conclusions and recommendations in this report are for design purposes related to the proposed grading of the Fontana Auto Mall as described in the text of this report. It is possible that variations in soil, rock, or groundwater conditions may exist between or beyond the points of exploration or that the groundwater elevations may change from those that existed at the time of our field exploration. These conditions may require additional studies, consultation and possible design revisions. 7 R93-301 A 9 Be� KLEINFEtDER Fontana Auto Mall April22, 1993 Page 11 of 11 This report was prepared for J.P. Kapp & Associates, Inc. in accordance with generally accepted practices in the Southern California area at the time this report was prepared. No other warranty is made as to information contained in this report. This report may not contain sufficient information for other uses or other purposes. This report may be used only by the client and only for the purposes stated, within a reasonable time from its issuance. Land use, site conditions (both on -site and off -site) or other factors may change over time, and additional work may be required with the passage of time. (3)R93-301 A • Date Dnlled: Dr.i1ed Bv' DnlLng artethod: LoEgcd By: Water Depth: Date Ntcasured: Reference Elevation: Datum: z _ GEOTECHNICAL DESCRIMOti C ' c _ CL a V 3 L ADD ., m n E E o o CL.aSSIFiCATIOy tj to in 11111 1 6 (' 108 10 GS. S": s 10 1- 2- 3. w 7. 2 (2) 12 (3) (4) (1) (5) GS (6) 1 (6) I (7) J I I I I NOTES ON FIELD INVESTIGATION ' SAMPLE Graph4w represariw or^ :f ry^,.e as shown below Split Spoon • Stardara Penetration Tes: Sarn 4 (S%i Drive Sample • Ca:iromta Sarnpie (CaO Bulk Sample Obtained by cornea;N a ptaVc big Tube Sampl• • SheibyP-tcherTube Sa.-cw E SAMPLE NO. - Sa.: cle Numbor BLOWS FT • Vurrzer of blows required !c adva^cs sartrar t Soot ;:r,ess a lessor distance is spear. Samplers •n gee xal wen Crrven into tJ a sal at .%a boater of Me he:* with a st dard (t Lo tD) harnnwr dropping a snndard 70 u�cres. Drive sa-: es ccliev oc ,n bucket auger xrngs wen to r.od by dr000jnq non•swdard Weights from vanable heghts. Tho weight :s recorced xl-cw C..o Ln -.3 case. '.h`ar a SPT sa'rrer o sad L'w bicw count =ntc,.--s io AS7M C 15156. SCRiROD • Sample Cue Pecovery (SCP.) ,r. per..art and Pock —%—miry Cass auon (ROD) in;wl:ent (:). PCC is .rained as To percen ta;e cf =n .n each run in wr,.c i L a s;.a::r•g be'-een natural `actures s ;reaiar T.an t lr.U,os. uac.a11,= breafs of re tors are not r's.dared GRAPHIC LOG • Sardard syrnbols !or sea and roCX .}-pes. as shown on page 2 of Key. GEOTECHNICAL DESCRIPTION j2d • Sod c=2ssr6cawns are based on 7+e Unified Soil C% s r=:W, System per ASTM D M7. and designations r+civda xrsistoncy. Tca".n, color and offer modfars. Field desc,ptnm have been -Odfled 10 MUct res Ps Of'aboratory analyses when deemed approprute. Rock - Rope classifcations generally'reduce a rods y;a =ior• moisz:n, mineral corsst'brents, do -,roe of weatwi'N, eornaion. arid the mac!1wwc.al properties of tho mcx Fa -Inc. Sraaaors bede�ng s+;acTq. fol'.aaxu. deed degree of-sntasion an also presented where aDcrcpraIs. Descrtpt:on of sod ongin or root bm.at:on is pia.-ed In tra7cetS at,.1.4 .eSinning, of 7w desorption wtare apprca;:e, for exar-Vle, RasiduaJ Sai DRY DENS.TY, I+OtSTURE CONTENT: As es:ra+e :y taxratory or !aid teszN. ADOMCNAL TESTS - (indicales s.arrra tested !or pr`:ories oTer lfan 1he above): MAX • b/ammirn Dry Density SG • Specific Gravity Pp . Ptcket Perwtrcrr,entor GS • Grain Size Distribution HA • Hydrometer Analysis WA • Wash Analysis SE - Sand Equivalent A- • Atlerbvr9 limits DS - Direct Star E!' . Expansion index RV - R-Value C? •Codsps,e, PorrttiaJ CHE.M • Sulfate and Chloride Content pH. Resati-r- CN - Corssobdaticn UC - Urxo rr- d CO^npr ess'on PM - PomvabrTity CU • Consobdatad Undrained Tri—W T - Torvane \ UU - Unconsolidated Undesired TracaJ CD - Corzabdatod Drained TriaxW . ATTITUDES • Orientation of rock discontL%ity orrse^re: n bucket auger boring or hock cone. tiprassaC n Arkr'Cq and dip angle. respecTrery, proceeded by a one-lenef syrrbol Wncli..N :+ature or dis-.wlinuity as shown below. 8: Bedding Plane J: Joining C: Contact F. Faun S. Shear L"a- K L E I N F E L D E R LEGEND TO LOGS I Figure A-1 a UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM 0-2487) PRIMARY DIVISIONS GROUP SYMBOLS SECONDARY DIVISIONS ;.,j.AJ% —__ : WELLGRALED GRA,.fLS GRAVEL -SAND WIrTLlvcS. UTTLF OR NO FINES GRAVELS i i n ., (LESS _► Am G,vv P ppOALY GRAZED GRAVELS CR GAAVELSANO WXTLAES. LITTLE OR NO F1NE5 a W St:,hES = a ^ GM !!.. " �' SILTY GRAvf l5. GpAvEI4AN0SIl1 IIXTURf NON PLASTICFINESiNES GRAVEL d 7 0 , = LSO CLAY ►AXTURES DEISTIC NEEDS " CLAYEY GRAVELS. GRAVEAN W :wE GC W a W C.EAN Syy " _� : • WELL GRACE D SA/C5. GRAVELLY SANDS. LITTLE OA NO FINES _ _ —' z ., (LESS '1+AN1 Sp POOALY GRACED SAJNDS OA GRAVELLY SANDS. LITTLE OR NO FINES a w W =u s 5%ONES W " _ _ SILTY MI:S. SAND SLIT WXTLi�ES. N01LPlJ�STIG FlPES s j r SANOS i WITH - 2 SM SC = = _ � CLAYEY SANDS. y„NptLAY I'A" S. DEISTIC FwES FwES J#iGAlJC SILTS ANO VERY FINE SANDS. ROCK FLOLJFL SILTY OR C z uI C •• y Ml I I VNT:1 FrT T1CtTy GAIrC , *Ar5 . l w O wM TIGI . GRA LLY Y5. `%� oz '� CL y CLAYS ^+ AN PLASTICITY c I ;• ) , OAGANC SOTS ANC ORGAW SILTY CLAYS OFLOw 1 ' ( .I O � m W q C SIL uuC C DU rIN 5, Y CA W < Z CH tf R C C--AYS OF HIGH PLASTICITY. FAT CLAYS Uj N OH ORGANIC CLAYS OF UECKJ►r TO HIGH PLASTICITY. OpamC SILTS N I PEAT AND CTFER ►.)GHIY CRG/WIC 5045 HIGHLY ORGANIC SOILS PT SANCSTCNES SS SILT• STCNES Sh =_ a CLAYS70NES CS LWESTCNES LS -- SHALE SL CONSISTENCY CRITERIA BASED ON FIELD TESTS ne, &Trait neuerrv- L•nAOe9 . CHAIN Sni RELATIVE I DENSITY SPT • I AEIATTVE CENST' ,%) Very Loos• Loose ' A•.0 I 15.35 Medium Dens* 10 - 30 35.6s Dons& I 30- 50 DS - BS Very Dens. I >50 85. 100 MOISTURE CONTENT INSISTENCY • FVEZRAIN SOL ^::Ns: ' EN I SPT ORVAME FT UNC"NED SHEAR 5 �E`IGTH (tin I Pf1(ETRO ETER UNCONFINED I CCMPRESSiVE STRENGTH W • NUMBER OF BLOWS OF 144 PCUHO HAM ER FALLING 30INCW-5 TO DRIVE A 2 WCM (1 17 INCH LDa SPA BARREL SAW-LR (ASTUbIS" STANDA C :@•y So` I <2 I Co. 1.3 I 40.25 PENEMATION TEST•, S.'1 I 2.4 4.9 0.-3.025 I 025 •OS I 0.2S•0.5 I 0 5 • t.0 !+ L?IC.^.NFTiE.7 COMPRESSIVE S:H VryS:n wi, 8.15 1S-30 >30 I OS • 1.0 1.0-2.0 >2.0 I 1.0. 2.0 20•A.0 I >a 0 STRENGTH IN TONSSO. T. READ FROMPOCXr' PENETRc ETER DESCRIPTr,N I FIELD TEST I Dry I Absence or .m snue, dusty. dry b t1+e axc� (.foist I Darrp -ul ro visible waar Wet ( V*ble'ree water. u==JD soi is bolo- •aw mm'e CEMENTATION I DEScR:P'TION FELD TEST W &&K.f Crw b a or beaks wth harl6nq or lip ''Nor DIS31n I bC arately On".s or NuM wth wc6d,�* SN W D� Sss+^411I I W1 rot awros or beak wth kV" K L E I N F E L D E R LEGEND OF LOGS Figure A -lb Date Drilled: 3!3 Water Depth: Drilled By: Spectrum Exploration Date Measured: 3/3/93 Drilling Method: H.S.A. 8" Reference Elevation: 1095 feet Lc)(wed BY: Chris Haves Datum: NISL GEOTECHNICALDESCRIPTION v co i°C� z, . °a- �` p C 'L ,+-- CI+- ° e% o a C.ASSIF IC.TOti :0 -$- {N LA I �° v o o n i cn w— o I cn, cn I cccD I I iI 1 ! , 32 1~ S[LTY SAND: (Slit) Fine to medium. with some subancular eravel, medium dense, moist, brown. 3 I S0 SULTY SAND: (S`t) Fine to soar.,, increase crasel to 3. 4'. 5-1 1 I I a ; so Subaneularra�cl to 1 1;:". ! 10_— r 5 36 .T SAND: (SP) Fine to coarse, with sc•e gravel, subanLular, :race of silt, dense, moist, gray. 15 � I I I ' I 6 ! 67 Borings terminated at 20 feet. I Groundwater was not encountered. i Hole backtiiled and tamped using soil from c:atinc . I ; I I � I I I i II I i I i I I I I, ' KLEINFELDER Fontana Auto Mall PROJECT N.0. 58-3087-01 LOG OF BORING B-1 Legend To Logs On Figure A-1 FIGURE A-? I Date Drilled: yeti 3/3/U3 Water Depth: N.E.:eet Drilled By: Spectrum Exploration Date Measured: 3/3/Q3 ' Drilling Method: H.S.A. S" Reference Elevation: 1090 feet Lc tt? d B Ch " I Datum: `iSL rIS .1 -- c i o -� GEOTECHNICAL DESCRIPTION Zo, ,�, •_ ,� a, 10) U 0 i - ,+AN D i> n+, a a{ 3 a CLkSSIFICATION 4J� Qal �I C� _o Chi L 1 w �. o ,N, (n co LD SILTY SAND: (SM) Fin,- to medium, trace of subangular gravel to t _+q 1•, medium dense, moist, light brown. i � ; SILTY SAND: (SM) Fin: to coarse, with some subangular gravel to I•• : I I 34 , t I SILTY SA,4D: (Slit) Fin: ;o coarse, increase gravel to 3;'4". 1 = Subangular gravel layer to I•. 5 f 3 { 13 ; SAND: (SP) Fine to me,:-.;m, poorly graded, medium dense, moist, gray. t0- ;. i i i I J + r. '6 I. - 1. i 15 I 1 5 5o 11, , SAND: (SP) Fine to coarse, with subangular gravel to I", dense, f. moist, gray. _'0 — i. I ! ^ S I !{ f !f I 1', dense, i b SA.%4D: (SP) Fine to cea.-_e. with subangular gravel to moist, gray. �^ ! Boring terminated at :J feet Groundwater was not encountered Hole backraled and tamped using soil from cuttings ! I r ' KLEIN F E L D .E R Fontana Auto Mall PROJECT NO. 58-3087-01 LOG OF BORING B-2 i « O 0) C T u+ — c v n L a: 0 0 'a V 0 —' 1: U Q F- i FIGURE A-3 Legend To Logs On Figure A-1 Date Drilled: 3/ 3i 9 Drilled By: Spectrum Exploration Drilling Method: H.S.A. 8" Lt)gbed Bv: Chris haves Date Measured: 3/3/93 Reference Elevation: 1084 feet Datun—,: NISL ,. o _ i C -i I GEOTECNNIC.LL DESCRIFTIO` N a C c zo, c L o o u \ D o ;:3 c .. j s > v+ a s 7 o L i a CLASSIFICATION' 4-, N� T u, - c — " s 2 Q a E l E O— I �0 L a. O O J — 4- OJ 1 t9 — co I L I � � r- U ¢ r' w � O Cn N m y L7 i i 1 , 38 �7I{' SILTY SA.ti'D: (SM) Fine to coarse. with little subanLuiar gravel to 1 131.0: 5 _ cs '.tax Z1/2'. medium dense, moist. light brown. Wet between 7 - 7-5 feet. P!3 13��; ! I + a ' 62 I t l SAND: (SP) Fine to coarse, with subangulzr ,-ravel to 1 1. ' dense. I ! moist. graN. 5� 59 I ,0 Boring terminated at -0 feet Groundwater was not enc.�untered Hole I i I I 1 backlille-4 and tamped using soil from cuttin_: I I � I I I I i j i I I i i i I ' I i Fontana Auto Mall FIGURE KLEINFELDER A-4 PROJECT NO. 58-3087-01 LOG OF BORING B-3 Legend To Logs On Figure A-1 Date Drilled: 3 /3/93 Drilled BY: Spectrum Exploration Drilling Method: H.S.A. S" Longed Bv: Chris Haves i I C J i GEOTECH`�ICAL DESCRIPTION' vl v U 0 I .0 ( A.ND u ai a Ei E I o —°° -(ClI CLASSIFICATIO` -4- W M a —m L j o (n 1 U) m — ( U 1 63 t �* SILTY SAND: (SM) Fine to coarse, with some suban_:::-,r gavel to It 2% medium dense, moist. light brown. i 13 SAND: (SP) Fine to coarse, trace of silt. with some s oareular grape 1. to medium dense, moist, light brown. 3 ; 31 ;-. With subangular gravel to 1'. 10—.i 1 33 SAND: (SP) Fine to coarse, with little silt, medium dense, moist, wet between 13.5' to 14', gravelly lenses. 15—:.i i I 1. 5 I l^ I 1 Borine terminated at 20 feet Groundwater was not co, ntered Hole backtilled and tamped using soil from cuttings Legend To Logs On Figure A-1 `dater Ueptr,. N.L.tee: Date Measured: 3/3/93 Reference E:e%atiun: 1086 feet Datum: `iSL C O IL+-: to 7 C; •— C) ..:.- v 1 •- n L C. O OI "aa o I-r- Ui ¢ , Date Drilled: 3/3/93 Drilled By: Spectrum Exploration Drilling Method: H.S.A. 8" Logged By: Chris Hayes .. 0,+- O Water Depth: N.E. feet Date Measured: 3/3/93 Reference Elevation: 1095 feet Datum: MSL C -j i GEOTECH`ICAI. DESCRIPTION ' o •.., d z° W U° N Asti D > 'W a a. a o ° m CLkSSIFICATION (Ni W v o N m U ! SAND: (SP) Fine to coarse, with subancular gravel to 1', medium 1 24 dense, moist, light brown. I + SAND: {SP S ) til Fine to coarse, with little silt, gravel to 1 1/2", medium dense, moist, light brown. 5 3 10 + ; SILTY SAND: (SNI) Fine to medium, medium dense, moist, light brown. I 10 ^ J I 2+ Wet between 10.5' - 11' s 39 i SAND: (SP) Finc to coarse, with subancular gravel to dense, I moist. gray. 6 i 21 20 i j i I •I • so ! T •- - u+ a c c L o a :7 c. o ,..- 0), 4-: 0t - Tu. -c L CL 0 O 'a y o r- U Q F- 1 Boring terminated at feet Groundwater was not encountered mote backrilled and tamped using soil from cuttings i I I I j KLEINFELDER Fontana Auto Mall ■ PROJECT NO. 58-3087-01 ; LOG OF BORING B-5 FIGURE i A-6 Legend To Logs On Figure A-1 Date Drilled: 3/3/1)3 Drilled By: Spectrum Exploration Drillinv, Method: H.S.A. 8" Logged By: Chris Haves Water Depth: N.E.teet Date Measured: 3/3/93 Reference Elevation: 1095 feet Datum..: MSL o z° 1 C � O\ .- U a > a a a, 3 o O! O! a E E' O- W 1-1 0 0 cn m .. -j { U - a M (D GEOTECIENICAL DESCRIPTION AND CLASSIFICATION 1 N � aa) o w ! L 0C j C 4-0) O O O 10 W t . i },Y 13 I t i SILTY SAND: (S`t ) Fine to coarse, with suhangular gravel to 2", 1112.0I 15.0 w «I+ loose. moist, light brown. I : :� ! ! SAND: (SP) Fine to coarse, µ,th little silt, gra%el to _ , medium 1:0.0f 3S ! dense, moist, light brown. 5— �r 37 SAND: Fine to coarse. with ►-ravel to 2", der_:. moist, gray. { I I 10 -- � ! 15 — ;• 7 I 20— at feet Groundwater was not encountered Hole i j I � I Boring terminated -'0 backfnled and tamped using _oil from cutting i i ; I i i i ! FIGURE Fontana Auto Pdall KLEINFELDER A-7 PROJECT NO. 58-3087-01 1 LOG OF BORING B-6 Legend To Logs On Fig -.ire A-7 SUMMARY OF LABORATORY TESTM MAXIMUM DENSITY — OPTIMUM MOISTURE ASTM D 1557 Sample Depth USCS Location feet Symbol Soil Description B-1 1-5 S.I SILTY SAND, fine & coarse w gravel B-3 1-5 S`I SILTY SAND, fine S coarse wgravel Maximum Optimum Dn Density Moisture (percent 1:3.0 9.2 130.0 8.0 GRADING ANALYSIS AND ATTERBERG LIMITS Unified Sample Depth Percent Passing Individual Sieve Liquid Plasticity Sol Location feet 3;4" 1.'2" 3 8" #4 #8 #16 #30 #;0 #IX #200 Limit Index Classification B-3 1-5 96 91 88 85 80 74 64 49 35 27 Non —plastic S.\I Plate B-1 (3)R93-301 Date DnJled: Dr,lled By- Dnling `it:thod: Logged By: Water Depth: Date Measured: Reference Elevation: Datum: B. c E In z m E cc cnIla _ Uin a s m m 0 v G C7 GEOTECKNICAL DESCRIMON' AND CLASSMCATION _ o o m 08 -E� n a 6 108 10 CS. SE GS 2 12 S (1) (2) (3) (4) (5) (6) (6) (7) to fanTFs ON FIELD INVESTIGATION 1. SAMPLE Graahocal rapresantaaon of Sa:-c-a"as s`•own below. Spilt Spoon Standard Penetration'ast Sarht-a iSPT) Drive Sample • California Samp+e (Cal) Bulk Semple • Obtained by coffac:ng cunngs ;n a ptastrc bag Tune Sample • SAeiby:Pacner Tube Sar:lple Q Wr 1 7-1 Z. SAMPLE NO. • Sacple Number 3. BLOWS -FT - Nvrrbw of bows ro-wred to advance sampler 1 tflpt (;rtass a tosses d<stanu's s;eefwQ). Sarnplars.n general were drrven into "soil at aw bottom of .,a Nola with a standard (1a0lb) ha.-vTor dropping a stand=-e 30 dy-nes. Drive sarnples xliectec ,n bucket augar borings were obtained by dfcPIP 9 non-standard ws g1'$ from variable heights. The harrmar wei fit is reccrded baicw V» blOwsn in'IP i cas.a. 'A"' a SPT samper is used 7* blow count oonfor s to AS'M D 1586. SCRrROO • Sample Core °stovery(SCR) in percant (%) arc =ooc Ct;arrty CaKmation (P.Cc) in ;anon((:). ROD a zs'ned as" percentage of core in eaan run inwnrc:h the sPacrg batwaer' -at' raj `acLras s greaor Ilan t ircres. Macrancal breap.s of 7ha core ate nol considered 4. GRAPHIC LOG - Standard syrnbas for Soil and Mc k types. as shown on 7a" 2 of Key. S. GEOTECHNICAL DESCRIPTION ;�1 • Sal c ass,lications are based on �+e UnifwC Soil ClassSf�nson System par ASTM D 248%. and de Sod xruissanq, rnorzs^ue. color and o0w mo6fwrs. Feld desc.pwrs have been mod.".ed !o rvSeu results of laboratory analyses when deemed arprogriate. Rock • Rock classifications generany ndude a roclk type. CObr.. vcsLrs, Tiraf&I ou utuants, degree of weathering, atx�ation and the rneCurncal properties of the foci. Fabric. lk-eaoons, be0er9 sp4czg. W. 45cns, and dog•se of cementation an aso Prsswwd where appropriate. Description of sod origin or rode formation isptatrd n Cracksz at the .eginr N of 1 4 dose p for alvre apprirab:e, for ez ar fe. Residual Sal. DRY DENSITY, MOISTURE CONTENT: As es:ratad by Labora!ory or !aid tesorg. 7. ADDTIONAL TESTS . (u,dtcaies samgb tested !or properties of'" Zan The above): SG - SpatSfic Gravity PP - pocWash. Paty mmerhier MAX • maximum Dry Density GS - Grain Sae Distribution MJi - Hydrwns ter Analysis WA -Was` 'r^ai ct She DS - c'nar Sand E -Sand Equivalent SEEq AL - Alterber9 ur its - R•Vaius CP • Cot PoientW asse El'• n IndexIndexRV CHEM • Sulfate and Chloride Content pH, Resistivity CN • Ccraoldation CU - Consolidated Undrained Tnaral UC • Uncdhfvrd Compressor T - Torvarr PM - ParrrheabrGty UU - Uncortsobdaied Undnined TriaziaJ CO Corsolwatad Drained Tnazial IL ATTTTUOES - Orientation of rock rfscontinuity observed :n bk,ckst augef boring of rock tors. V';""3ed in oricaldP and dip angle. respeczvety, preceeded by a one-knef symbol banoGng man —re of discontinuity as shown Wow- B: Bad6ng Plane J: Jointing C. Contact F: Fault S. Shear K L E 1 N F E L D E R LEGEND TO LOGS Figure N"hi, I A-1a UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D-2487) SECONDARY DIVISIONS 1 PRIMARY DIVISIONS GROUP SYMOWLS1 c'iAN — — — WELL GRACED GRAVELS. GAANELSN AIIVUAES. UTTLE CA NO FINES N 3 < W cwI VELs (LESS AA t+AN1 GW — — — �'� ;' pOORLr GRADE GRAVELS CR GAAVELSANO sAMSES. LITTLE CA NO FINES SILTY GRAVELS.:.RAVELSANCSILT WARE. NCN PLASTIC FINES go , yy °WITH um GM NEECS CLAYEY GRAVELS GRAVELSAHO-CLA Y MXTIIRES. PLASTIC c NE3 GC CEAN . • : •_ WELL GRADED SANDS. GRAVELLY SANS. LITTLE OR NO FINES i SANG$ I (LESS -WANI SW ; POORLY GRACE:. SA -"CS OR GRAVELLY SANDS. tJTTLE OR NO FINES SP a S%rNES — — SILTY SANDS. SA.`4SILT UIX LIES NOr+AtJ�ST(C FINES SANDS SM _ FINES 1 vnTw / CU►YF1 SAN0.S SIWO-CUY LAM-pES. PLASTIC crIES Sc ANO VERY FINE SANDS. AOCI( FLOIiL SrL TY OR I C ML INORGANIC SILTS n AY£Y FlNE SAN45 OA CLAYE r SILTS W1111 SLNG►IT pt�5T1CTTY — o• vn Av �yyt CL ►< — y J OL ff O"—tuts CH y< I C i HIGHLY ORGANIC SOILS PT SANDSTONES SS i SILTSTONES SH CLAYSTONES CS LIMESTONES LS SHALE SL .1 ;TY IC SILTS A..` D OAGAN-4 SILTY CLAYS OFLOW M-- ST1aTY SIt. utGAG CR �A MAG 1N SA r OI ( � �AN ICClAySOF HIGH PIA.STICr Y. FAT CLAYS NIC CLAPS JF ►�EDti.►A TO NIGH PLASTICITY. ORGANIC SILTS ------------ i PEAT AND OT'41EP ►+tGHLY OF'[•ANoC SOILS CONSISTENCY CRITERIA BASED ON FIELD TESTS nc. &"r C nCWCR�f . &nARSE . CRAIN SOL RELATIVE C£NSITY SPT • (t xws") RELATNE CENSrT y VKy Loos* <a I 0 • ' S Loos. A. 10 I . S - 3s Macv-m Dais* 10 • 30 35 . &S Dense 30. 50 05 • d5 Very Dense IM 8S - t 00 MOISTURE CONTENT DESCRIPTION I FIELD TEST P=ET CONSISTENCY• TOR'VANIE pENETROMETEA FlNE 'RAIN SOIL LIIJIORAIN£D I INCCNFlNED :CNS:STENCY I SPT SHEAR S =Zt4G TH ;3) 1 CCMPRESSNE STRENGTH (3III (f ��owsRt) Very So` I <2 A.!3 <0.25 2.4 ( _.13 •0 25 025 O.S vec:1.m SoN 1 4-8 325.0s O.S . 1.0 S:H 8.15 OS • 1.0 1.0 . 2.0 V" S 3H t 5. 30 1.0 .2.0 2.0 - t.0 NalO ,30 >2.0 I a+.o Dry I Absutce or moon. e. Every. Moist I Dana but no viable .raw Wet I V,43t' Ie IT" waw. us1 ah sa is bow waw y" 'I SH KLEINFELDER t NUMBER OF BLOWS OF 140 PCUND HAEU.EA FALLING 301NCHES TO DANE A 2 INCH OD. (1 3r1 INCH IDa SPLIT BAR REL SAW LEA (ASTLLt Sib STANCAAD PENETRATION TEST, r+IWC`NFNU OCLIPRESSNE STRENGTH IN TONSSOYT. READ FROM POCXET PENETAOLE7ER CEMENTATION OESCRIP CIN ( FIELD TEST wawf i Cru-d.' or breaks wih wcsrQ or agm INK 0m� Modeca-'r! I C^r'cim or bmam rrih mrcaderads kVsr Dras.>L" StogqT ; wl rot Ov 0w or beak will burr DR»%NI LEGEND OF LOGS Figure A-1 b 1 1 1 �1 I I Date Drilled: .5/92 Drilled By: Spectrum Exploration Date Measured: 10/ 15/92 Drilling Method: HSA 7" Reference Elevation: N/A Logged By: Rick Bell Datum: MSL o C GEOTECHNICAL DESCRIPTION X — _ z° u C AND C3 L 4- O 01 01 U N yam, CLASSIFICATION a U— N _ C "a n ro g o m cA. O �t0. Ul Qr WHO N to m�-' 0 ASPHALT CONCRETE. 2' thick 1 CONCRETE, 8' thick F=— GRAVELLY SAND (SP), dark brown, moist, medium dense, fine to i coarse sand, fine gravel Cobble layer at 3 feet S 2 21 10 Very dense at 10 feet 2 1 i 3 70 Decreasing gravel content with depth 1S 4 66 Increasing gravel content at 15 feet 1 Very dense I S 75 20 Boring terminated at 20 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings Hole topped with cold patch asphalt concrete I I I 101ANA ALT° MALL FIGLTRE K L E I N F E L D E R Fontana, California A- 4 PROJECT NO. 58-2039-01 LOG OF BORING B- 3 Legend To Logs On Figure A-1 1 I Date Dnlled: .5/92 wafer L. Drilled By: Spectrum Exploration Date Measured: 10/ 15/92 Drilling Method: HSA 7 • Reference Elevation: N/A Logged By: Rick Bell Datum: NISL O \ — o C 4- - GEOTECH,ti1CAL DESCRIPTION N Y C _ z° 7 N AND C L �- 0 Z �- .. 40 Y r. Y r. U o 2 2 1 is CLASSMCATION 0 .. W T u +-- Go N 4- .- C N - a�i al — '� Y i9 b — m L L O v o o r V v v ¢ �- W O VN rn Co 0 ASPHALT CONCRETE. 5' thick 7. SILTY SAND (SM), light brown, moist, tine to coarse grained GS R`' Some fine gravel at 2 feet Loose at 3 feet I 4.4 2 7 f S SANDY GRAVEL (GP), red -brown, moist. medium dense, fine to i coarse sands and rounded gravel up to 1.5' i i i SE -Ty SAND (SM), light brown, moist, medium dense, fine to 10 3 17 medium grained, slightly plastic rt SAND (SP), light brown, moist, medium dense, fine to medium 4 grained Decomposed roots and rootlets at 11 to 17 feet 15 SILTY SAND (SM), light olive, moist, medium dense, poorly graded, fine to coarse sand, some fine gravel at 16.5 feet, some decomposed S 24 roots 20 Boring terminated at 20 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings Hole topped with cold patch asphalt concrete L F0N-f NA ATO ;41ALL FIGURE K L E I N F E L D E R California Fontana, A- 5 PROTECT NO. 58-2039-01 LOG OF BORING B- 4 Legend To Logs On Figure A-1 11 I Date Drilled: .5/92 water L .t. � . u 1"t Drilled By: Spectrum Exploration Date Measured: 10/ 15/9.2 Drilling Method: HSA 7' Reference Elevation: N/A Logged By: Rick Bell Datum: MSL O_ Z .. 4- C a 0 J GEOTECII.ti�CAL DESCRIPTION �_ a v: — v' A d � c �- d v U N U AND OI 7 C, O > d} a s 3 o a CLASSIFICATION V- a u IA 4-1 - •- C: 'a a m o ami =l ¢Vo w to to m r .._ ASPHALT CONCRETE, 2.5' thick CONCRETE, 6.5' thick i SAND WTI7H GRAVEL. (SP), dark brown..iry, de-:e. poorly graded, fine to coarse sand and fine gravel 25 s Cobbles layer at 7 to 9 feet 10 3 21 SILTY SAND (SI), light broµn, moist, medium d:a�, fine to medium grained GRAVE. WITH SAND (GP), light broµn. moist, dense, fine to a 47 coarse sands and gravels some cobbles 15 I � i 20 Boring terminated at 20 feet Groundwater was not encountered I Hole backfilled and tamped using soil from :urtings I� i Hole topped with cold patch asphalt concrete ' I i i i iII f i 1011A ALTO 11 FIGURE K L E I N F E L D E R Fontana, California A- 6 PROJECT NO. 58-2039-01 LOG OF BORr G B- 5 Legend To Logs On Figure A-1 I I Date Drilled: .5/92 Water L a: Drilled By: Spectrum Exploration Date Measured: 10/ 15/92 Drilling Method: HSA 7" Reference Elevation: N/A Logged By: Rick Bell Datum: MSL } G J GEOTECIINICAL DESCRIPTION N Y i C O I Z 7 `F Aiti'D � 1 7 CI � �- 01 mtL — > 0 - E W — E U 4A o t a , CLASSE ICATIOh Ow!N.41! +r 7 A I W O ;tn to m na-o o' v 0= U� ¢ H ASPHALT CONCRETE, 6' thick I ; {} ;T SILTY SAND (SB), light brown, moist, medium dense, fine to coarse t rtl sand with some fine gravel Boring termia3ted at 3 feet due to contact with susp<:ted unmarked concrete pipe Groundwater was not encountered I Hole backfilled and tamped using soil from cuttings j I I I i I Hole tapped with cold patch asphalt concrete i i� i I i I i I ; FO:vTANA ALTO NULL FIGURE K L E I N F E L D E R California Fontana, A- 7 PROTECT NO. 58-2039-01 LOG OF BORLNG B- 6 Legend To Logs On Figure A-1 1 11' I F1 I d uate unneG: tJ/y& .. -•-•• - ... Drilled By: Spectrum Exploration Date Measured: 10/ 15/92 Drilling Method: HSA 7' Reference Elevation: N/A Logged By: Rick Bell Datum: h1SL C o T X GEOTECHNICAL DESCRIPTION 4 Z Y z° Y 8� U N u — ' 7 c ANT) ~y, o _ > +- v a a a w CLASSffICATION d� a v E E _o— v I � a. o o v v l 7. ASPHALT CONCRETE, 2' thick SILTY SAND (SAS, light brown, moist, medium dease, fine grained GS RV Increased coarse sand and gravel content at 2 feet 5 2 24 SAND WfIT-i GRAVII. (SP), olive -brown, moist, medium dense, poorly graded, fine to coarse sand and fine gravel I Increased fine and coarse gravel content up to 3' at 8 feet I i 10 3 .69 SE GRAVEL WITH SAND (GP), brown, moist, very dense, fine to s coarse sands and fine angular gravel i SAND (SP), light brown, moist, medium dense, poorly graded, fine grained 15 4 18 SANDY SILT (ML), olive -brown, moist, very stiff SAND (SP), olive, moist, medium dense, poorly graded 5 31 20 Boring terminated at 20 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings Hole topped with cold patch asphalt concrete i I lk"K L E I N F E L D E R FONTANA AUTO MALL California FIGURE Fontana, A- 8 PROJECT NO. 58-2039-01 LOG OF BORING B- 7 Legend To Logs On Figure A-1 i Date Drilled: Drilled By: Drilling Method: Logged By: Spectrum Exploration Date Measured: HSA 7" Reference Elevation: Eric Noel Datum: 10/9/92 N/A MSL C � GEOTECHNICAL DESCRIPTION N GI "' C C o z0 > }ar a 3 o a CLASSIFICATION T u •- c' v N Sara e i A o— —m L L O `�=U 001 vv QH W O N W to CD I l SILTY SAND (SIA), light brown, dry, medium dense, fine to medium sand with some coarse sand and fine gravel Gs RV 2 15 PI i 5 i 10 3 36 Olive -brown and dense at 10 feet SE i i i 15 Increased gravel content at 15 feet GRAVELLY SILTY SAND (SP-SM)yellow-brown, moist, very I dense, fine to coarse sand, fine gravel to 34' ' 20 4 5013' Boring terminated at 20.5 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttin-es I I ' 1 1 1 FIGURE ION-rANA AUTO MALL KLEINFELDER Fontana, California JIMINILM A- 9 PROJECT NO. 58-2039-01 LOG OF BORING B- 8 Legend To Logs On Figure A-1 1 t 11 I 1 Date Dnlled: ► J92 water D I: > . l .) teet Drilled By: Spectrum Exploration Date Measured: 10/9/92 Drilling Method: HSA 7" Reference Elevation: N/A Logged By: Eric Noel Datum: MSL C � GEOTECHNICAL DESCRIPTION " ♦- .. of z° Y t) N " AND c C _ �0+-L 1. a a — — E ] o° t 0 CLASSIFICATION Ov C. l a u N� •— c �-+N M N V W v G e f!f to m y CO io =U ¢►� I SILTY SAPID (S1), light olive -brown, dry. dense, fine to coarse sand with some fine gravel Gs MAX 2. 37 {�I Increased gavel content S I rt 1 Y Decreased coarse gavel content 10 3 24 Medium dense, moist, fine to medium sand with some coarse sand and fine gravel to 1 /2' is Decrees gravel content with depth Y 20 4 24 I� Boring terminated at 21.5 feet i Groundwater was not encountered i Hole backfilled and tamped using soil from cuttings I K L E I N F E L D E R FONTANA ALTO MALL California FIGURE Fontana, I, A- 10 PROJECT NO. 58-2039-01 LOG OF BORING B- 9 Legend To Logs On Figure A-1 ■ I Date Drilled: /92 water !✓ 1. 1 .0 (W Drilled By: Spectrum Exploration Date Measured: 101'9/92 Drilling Method: HSA 7" Reference Elevation: N,' A Logged By: Eric Noel Datum: NISL o -; c - S -j GEOTECHMCAL DESCRIPTION '= - a o •- .. �+ �I - a - 3 U A • V AND C Ot O L 4- 7 C 40 N - �- CLASSMCATION 4- 3 U +-- — o M 64 Coll W `� C7 b N A to m m L 0 O . >E 0 K 1- SILTY SAND (S1), light brown, dry, medium dense. with some silt. fine to coarse sand and fine to coarse fractured and subangular gravel Gs R%* 2 25 5 Layer of coarse gravel and cobbles Difficult drilling 10 3 E.4i10• Very dense at 10 feet i SANDY GRAVE, (GP), light brown, dry, fine to coarse sand and fine to coarse subrounded gravel 15 ~ s I i I i S 20 4 95/11' Boring terminated at 21 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings K L E I N F E L D E R �.� FONTANA AUTO lIALL California FIGURE Fontana, A- 11 PROJECT NO. 58-2039-01 LOG OF BORING B-10 Legend To Logs On Figure A-1 1 I I 77 II I I Date Drilled: 5/92 Water D > 21.5 feet Drilled By: Spectrum Exploration Date Measured: 10/15/92 Drilling Method: HSA 7" Reference Elevation: N/A Logged By: Rick Bell Datum: MSL c z4 n C4. 9\ p 0 � � 7� � r`\� GEOTECI�7CAL DESCRIPTION N Y C c A r Y al U U L L 4- AND o., .'. � O .- d *- a A a 3 C_ CLASSIFICATION"4' _ �Y- W❑ too A L :L 0 O tC U Q F- i SANDY GRAVEL (GP), brown, dry, loose, poorly graded, fine to 1 i coarse sands and gravels with some cobbles i 2 is SAND WITH GRAVE. (SP), brown, dry, medium dense, poorly graded, fine to medium grained 5 SANDY GRAVEL (GP), brown, dry, medium dense, fine to coarse i sands and gravels j i i i i 1 10 9 19 SILTY SAND (SM), brown, moist, medium dense, fine grained J SAND WITH SILT (SP-SI), olive -brown, moist, dense, poorly 1S gamed, fine to medium grained 4 59 Increased gravel and cobble content with depth 20 S 46 SAND WITH GRAVEL_ (SP), brown, moist, dense, poorly graded, I fine to coarse sand and gravel with some cobbles Boring terminated at 21.5 feet Groundwater was not encountered J Hole backfilled and tamped using soil from cuttings � I i K L E I N F E L D E R 10111 AUTO MALL FIGURE Fontana, California A- 12 PROJECT NO. 58-2039-01 LOG OF BORING B-11 I Legend To Logs On Figure A-1 Date Drilled: ► /92 Water D. is r Drilled By: Spectrum Exploration Date Measured: Drilling Method: HSA 7" Reference Elevation: Logged By: Eric Noel Datum: .. +- o i c w p p GEOTECHMCAL DESCRIPTION M AND �m CLASSIFICATION WHO (n (n to — L O 5 10 15 20 > 21.5 feet 10/9/92 N/A. MSL + X _ C L.O Y 7 C — 1C3 W �. �O L U Q F-- 1 Qn 17V SAND (SIB li ht olive -brown dry fine to med;iu d —� tb g m san some coarse sand and fine gravel 2 23 Increased coarse sand and gravel content GRAVELLY SAND (SP), dark olive -brown, dry, medium dense, with some silt, fine to coarse sand and fine to coarse gravel Increased gravel content with depth 3 187110• I very dense at 10 feet 4 1 72 Increased gravel content with depth SANDY GRAVEL (GP), light brown, dry, very dense, fine to coarse sand and fine to coarse gravel Boring terminated at 21.5 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings K L E I N F E L D E R FONTANA AUTO MALL Fontana, California PROJECT NO. 58-2039-01 LOG OF BORING B-12 Legend To Logs On Figure A-1 MAX SE Gs FIGURE '. A- 13 Date Drilled: .5/92 Drilled By: Spectrum Exploration Drilling Method: HSA 7' Logged By: Rick Bell '. a +- O Water D. is > 20 feet Date Measured: 10/ 15/92 Reference Elevation: N/A Datum: NISL ;2\ GEOTECI LAICAL DESCRIPTION _h +- •• a U N — AND 6 aria ri c a. o- IsCLASSIFICATION W t7 N N m C t9 1 GRAVELLY S1LTY SAND (SM), brown, dry, loose, fine to coarse sands and gravels GRAVELLY SAND (SP), brown, dry, loose, poorly graded, fine to coarse sands and gravels 2 19 Cobbles at 2 feet Medium dense at 3 feet S 10 3 SO/6' SANDY GRAVE. (GP), brown, moist, very dense, poorly graded, 4 fine to coarse sands and gravels 1S S 13 SAND ATM SELT (SP-SM), olive, moist, medium dense, fine to medium dense Gravel encountered at 18 feet 20 Boring terminated at 20 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings K L E I N'F E L D E R FONTANA AUTO MALL Fontana, California PROJECT NO. 58-2039-01 LOG OF BORING B-13 Legend To Logs On Figure A-1 7► 1 ^ 4- v IDC o 0 4-- ± + � n, o o '0 aa)i C `,1 E U Q F- 1 2.1 9.7 FIGURE i i A- 14 Date Drilled: .5/92 water 1J I. '� 1" L r- 1 tin Date Measured: 10/ 15192 Drilled By: Spectrum p via o Drilling Method: HSA 7" Reference Elevation: N/A Logged By: Rick Bell Datum: MSL $ .. '- p J GEOTECH ICAL DESCRIPTION T +- c .. L c t r. Go U N V AND p ...'. V Z N > e} a a CLASSIFICATION T u M c v N �w M 0 X:U cc 1 SILTY SAND (SM), ligbt brown, moist, loose, fine to coarse sand and fine gravel GS R% Incres9bd gravel content Medium dense at 2 feet 5 i SANDY GRAVEL (GP), brown, moist, medium dense, poorly graded, fine to coarse sands and gravel 2 51 SAND (Sp), brown. moist, dense, poorly graded, fine to coarse grained to 117.1 3.0 SANDY GRAVEL (GP), brown. moist, dense, fine to coarse sands 3 51 and gravel i i i 15 4 i SE SAND Wrm TRACE GRAVEL (SP), dark olive -brown, moist, dense, poorly graded. fine to coarse sand and fine gravel 20 Boring terminated at 20 feet Groundwater was not encountered Hole backfilled and tamped using soil from cuttings r FONTANA AUTO MALL FIGURE K L E I N F E L D E R Fontana, California A- : 5 PROJECT' NO. 58-2039-01 LOG OF BORING B-14 Legend To Logs On Figure A-1 APPENDIX III TRAFFIC CONTROL MEMORANDUM i CITY OF FONTANA FONTANA, CALIFORNIA MEMORANDUM ' TO: PLAN CHECK, INSPECTION, ENGINEERS, CONTRACTORS FROM: ROBERT W. WEDDLE, CITY ENGINEER ' CLYDE E. SWEET, DEPUTY CITY ENGINEER/CITY TRAFFIC ENGINEERAJ? , ' DATE: AUGUST 26, 1996 SUBJECT: TRAFFIC CONTROL PLAN AND DETOUR PLAN SUBMISSION AND CHECK PROCEDURES WITHIN THE CITY OF FONTANA Where any construction within public right-of-way is necessary and approved by the City of Fontana, Traffic Safety Control Plans may be required prior to commencement of work. The following is a list of typical Traffic Control Plans and requirements: VERY SMALL STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic will be maintained (such as with blanket permit users), the permittee will be Irequired to follow Chapter 5 of the Caltrans Traffic Manual. There will be no formal Traffic Control Plan required; normal inspection and review fees will be as required by City Resolution. ' 2. AVERAGE STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic flow may be affected or a lane closure is required, a Traffic Control Plan ' may be required. The permittee may not be required to submit a full Traffic Control Plan upon approval of the City Traffic Engineer, after review of the Traffic Section. The determination is based upon review of actual street conditions. If a formal plan is not required, the permittee shall be required to follow Chapter 5 of the Caltrans Traffic Manual; normal inspection and review fees will required as per City Resolution ' If a full Traffic Control Plan is required, the Plan sheet(s) will require about 10 days to review and process. This type of Traffic Control Plan would not require noticing, but normal inspection and review fees will be required. 3. MAJOR TRAFFIC CONTROL OR DETOURS ' A road closure or traffic control which will be more than 8 hours duration will require a full Traffic Control Plan. The plan will be submitted on Traffic Control Plan sheets for approval by the City Traffic Engineer. A major Traffic Control or Traffic Detour Plan will normally require at least 30 days of checking, approval and notification. The following process is followed: A. Payment of Fee Fees are calculated based upon the inspection and plan check fees in the City Fee Resolution. The final fee amount is subject to revision due to changes in the number of plan sheets or the duration of the control period. B. Plan Check Submittals Major Traffic Control and/or Detour Plans normally are submitted during or following the review and approval of construction plans. After the fees are paid, plans are reviewed for accuracy in meeting City requirements. The plans are also reviewed for format specifications as indicated below. The Engineer is advised by telephone of review findings to expedite the review process. Final plans require a Civil Engineer or Traffic Engineer's signature and stamp, except in instances where prior approval is obtained from the City Traffic Engineer. Following the checking process, authorization and notification is prepared and issued. Format Specifications 1. Sheet size of 24" x 36" with border and City title block (mylar) 2. Drawing to accurately proportioned to fit sheet size 3. A signature block for any other affected jurisdiction(s) Authorization will describe the specific requirements of approval: 1. Notification of public, public agencies, and news services 2. Closure conflict disclaimer 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by an affected jurisdiction(s) RWW:CES:ke