Loading...
HomeMy WebLinkAboutSlover Avenue Sewer_Specificationsr 56 SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 PREPARED FOR CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CALIFORNIA 92335 (909) 350-7610 PREPARED BY L.D. KING, INC. 2151 CONVENTION CENTER WAY SUITE 100B ONTARIO, CALIFORNIA 91764 PHONE: (909) 937-0200 FAX: (909) 937-0202 JUNE, 2000 These plans and specifications are the exclusive property of the OWNER and shall not be used in any manner without prior consent of the OWNER. Any reuse of these contract documents by OTHERS shall be at the other's sole risk and without liability to OWNER. SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 Prepared Under the Supervision of: MICHAEL P. THORNTON, P.E. R.C.E. 44226 Expires 06-30-01 L.D. KING, INC. m� SIGNATURE Co 130)00 DATE Approved: `� /1 E, P 3 3 �037 - o g/L CITY ENGINEER DATE ROBERT W. WEDDLE, P.E. Owner: SPECIFICATIONS FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-7610 Construction Gregory J. Buclrnell, P.E. Manager: CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 Phone: (909) 350-6646 Civil L.D. KING, INC. Engineer: 2151 Convention Center Way Suite 100 Ontario, California 91764 Phone: (909) 937-0200 Attention: Michael P. Thornton, P.E., P.L.S. Geotechnical LOR GEOTECHNICAL GROUP, INC. Engineer: 6121 Quail Valley Court Riverside, California 92507 Phone: (909) 653-1760 Attention: John Leuer, G.E. TABLE OF CONTENTS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 NOTICE INVITING SEALED BIDS NB-1 - NB-2 INSTRUCTIONS TO BIDDER IB-1 - IB-5 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 All Purpose Acknowledgement P-10 Non -Collusion Affidavit P-11 Certification of Non -Discrimination by Contractors P-12 Proposal Bid Sheet P-13 Proposal P-16 Addendum No. Acknowledgment P-17 CONTRACT DOCUMENTS CA-1 - CA-20 Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 General Liability Endorsement CA-12 Automobile Liability Endorsement CA-15 Worker's Compensation/Employer's Liability CA-18 GENERAL CONDITIONS GC-1 - GC-10 Scope of Work GC-1 Location of Work GC-1 Notice to Proceed GC-1 Time of Completion GC-2 Liquidated Damages GC-2 Traffic Requirements GC-2 Hazardous Materials GC-2 Utility Requirements GC-3 Utilities Service Charges GC-6 TABLE OF CONTENTS (continued) Flow and Acceptance of Water GC-6 Removal of Water GC-6 Furnishing and Apply Water GC-6 Cleanup and Dust Control GC-6 Trench Safety and Sheeting, Shoring, and Bracing Excavation GC-6 Standard Specifications GC-8 Wage Rates and Labor Code Requirements GC-9 Apprentices GC-9 Clayton Act and Cartwright Act GC-10 SPECIAL PROVISIONS SP-1 - SP-29 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-3 3-2 Changes Initiated by the Agency SP-3 3-3 Extra Work SP-3 Section 4 Control of Materials SP-4 4-1 Materials and Workmanship SP-4 Section 5 Utilities SP-4 5-1 Location SP-4 Section 6 Prosecution, Progress and Acceptance of the Work SP-4 6-1 Construction Schedule and Commencement of Work ' SP-4 6-4 Default by Contractor SP-5 6-7 Time of Completion SP-5 6-8 Completion and Acceptance SP-6 6-9 Liquidated Damages SP-6 TABLE OF CONTENTS (continued) Section 7 Responsibilities of the Contractor SP-6 7-1 Contractor's Equipment and Facilities SP-6 7-2 Labor SP-6 7-3 Liability Insurance SP-6 7-5 Permits SP-8 7-8 Project Site Maintenance SP-9 7-9 Protection and Restoration of Existing Improvements SP-9 7-10 Public Convenience and Safety SP-9 7-15 Certified Payroll Records SP-12 Section 9 Measurement and Payment SP-12 9-3 Payment SP-12 PART 2 CONSTRUCTION MATERIALS SP-13 Section 201 Concrete, Mortar, and Related Materials SP-13 201-1 Portland Cement Concrete SP-13 201-2 Reinforcement for Concrete SP-16 201-3 Expansion Joint Filler and Joint Sealants SP-16 201-4 Concrete Curing Materials SP-16 201-5 Cement Mortar SP-17 PART 3 CONSTRUCTION METHODS SP-17 Section 300 Earthwork SP-17 300-1 Clearing and Grubbing SP-17 300-2 Unclassified Excavation SP-19 300-3 Structure Excavation & Backfill SP-19 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials SP-20 301-1 Subgrade Preparation SP-20 301-6 Soil Sterilant SP-21 Section 302 Roadway Surfacing SP-21 302-5 Asphalt Concrete Pavement SP-21 Section 303 Concrete and Masonry Construction SP-22 303-1 Concrete Structures SP-22 303-2 Air Placed Concrete SP-25 TABLE OF CONTENTS (continued) 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Driveways and Alley Intersections SP-26 303-7 Rock Slope Protection (Rip Rap) SP-26 Section 306 Underground Conduit Construction SP-26 306-1 Open Trench Operations SP-26 306-2 Jacking Operations SP-27 306-5 Abandonment of Conduits and Structures SP-28 Section E Traffic Signing, Striping, Markings, and Markers SP-28 APPLICABLE STANDARD PLANS APPENDIX I SOILS DATA (For Reference Only) APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III GENERAL PERMIT CONDITIONS AND TRENCH SPECIFICATIONS SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT APPENDIX IV UNION PACIFIC RAILROAD APPENDIX V PLANS SEPARATE DOCUMENTS 1.) SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE DRAWING NO. 2838, SHEET NOS. 1 THROUGH 8 NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF FONTANA, as CITY, 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 10:00 a.m. on the loth day of August, 2000, at which time they will be publicly opened and read aloud. The 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 construction of sewers and appurtenances (complete and in place), including pavement removal and replacement, temporary pavement, earthwork, sewer pipe, manholes, sewer laterals, and all related work required for complete gravity sewer systems. Copies of Plans, Specifications, and Contract Documents are available from the City of Fontana (CITY), at 8353 Sierra Avenue, Fontana, California 92335, (909) 350-7610, upon payment of a Thirty-five Dollars ($35.00) non-refundable fee ($45.00 if mailed). Any questions pertaining to this project should be directed to Gregory J. Bucknell, P.E. at (909) 350-6646. Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond available to the CITY in the amount of at least ten -percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. A payment bond and a performance bond, each in an amount equal to 100 % 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. 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 persons, 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 CITY 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. NB-1 The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The CITY will retain 10 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the CITY 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 City provided proposal forms and completely filled out in conformance with the Instructions to Bidders and all proposal forms must be submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE - DO NOT OPEN WITH REGULAR MAIL". The CITY 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 ninety five (95) days. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license and/or any combination of Class "C" specialty contractors' license(s) sufficient to perform the work. BY ORDER OF CITY OF FONTANA Dated the 7th day of March , 2000. CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 NB-2 INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal Forms provided by the CITY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. FROPOSAT. GUARANTEE (RTT) BOND) 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 CITY in the amount of at least ten percent (10%) 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 CITY. 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 surety insurers in the State of 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-COT,T,USTON 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 CITY 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. 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 persons, 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. IB-1 PROPOSAL. BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids shall be considered. The bidder shall set forth for each item of work, in 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. REJECTION OF BIDS The CITY reserves the right to reject any or all bids or waive any informality in any one or all bids received. EQUIPMENT RENTAL ANI) TABOR 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 CITY'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 SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE - DO NOT OPEN WITH REGULAR MAIL." WITHDRAWAL. OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said 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. IB-2 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. INTERPRETATION OF PLANS AND DOCUMENTS If any bidder 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 fmds discrepancies in, or omissions from, the drawings or specifications, bidder may submit to Gregory J. Bucknell, P.E., (909) 350-6646 of said CITY 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 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 interpretations of the proposed documents. ADDENDA OR BUTJ.FTINS 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 CITY. T.F,CTAL RFSPONSIBTLITIES 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. AWARD OF CONTRACT Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the CITY. At the time of contract award, the successful Bidder shall hold a IB-3 Class "A" Contractors License or a combination of Class "C" license (s), as required to perform the work, issued by the State of California. Additionally, the CITY 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 CITY. 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 CITY 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. TABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the CITY 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, 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 CITY, 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. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (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. The CITY 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 will not under any circumstances be considered as the basis of a claim against the CITY on the contract. 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. IB-4 WORKER'S COMPENSATION CERTIFICATFF 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 CITY 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. CLAYTON ACT ANT) CARTWRIGAT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (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 CITY tenders final payment to the Contractor without further acknowledgment by the parties. ,STIRSTTTTTTION 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 CITY 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 CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY'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 1% 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 CITY'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-5 BIDDER'S NAME FISCHER PLUMBING • PROPOSAL FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 TO CITY OF FONTANA, as CITY: In accordance with CITY'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 to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY 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 CITY 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 discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with 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 investigation. 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 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. P-1 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 CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he possesses a Class "A" or a combination of Class "C" licenses as required to perform the work. • BIDDER declares that his license number is and that the license expiration date is DATED: 8-10-00 BIDDER: FISCHER PLUMBING 2-28-01 452949 BIDDER'S ADDRESS: 1372 W. 26TH STREET S.B. CA. 92405 PHONE: (909) 881-2910 FAXNO: (909) 881-5761 BY: TITLE: OWNER MIKE FISCHER • P-2 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: FISCHER PLUMBING Business Address: 1372 W. 26TH STREET. SAN BERNARDINO, CA. 92405 Telephone: (9 0 9) 8 81- 2 910 Fax: (909) 881-5761 State Contractor's License No. and Class: 452949 C-3 6 C-16 A Original Date Issued: Expiration Date: 2 - 2 8 - 01 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: MIKE FISCHER The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NO All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal is as follows: NO P-3 • ,,• CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Number: 452949 License Classification: C-16 C-3 6 A Name of Individual Contractor (P FISCHER PLUMBING Signature of Owner: Expiration Date: 2 - 2 8 - 01 Business Address: 1372 W. 26TH STREET SAN BERNARDINO, CA. 92405 or Name of Firm: N/A Business Address: N/A Name: MTKF. FTSC'HF.R Title: OWNER Address: 1372 W. 26TH STREET SAN BERNARDINO, CA. 92405 Name N/A Title: Address. N/A Name of Corporation: N/A Business Address: N/A or Corporation organized under the laws of the State of N/A N/A N/A Signature of President of Corp. Signature of Secretary of Corp. 8-10-00 Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Subcontractor is Licensed License No. Address of Office, Mill or Shop Percent of Total Contract Specific Description of Subcontractor AYALA 388577 10150 POPLAR AVE. FONTANA, CA. BORING INLAND CONC ENT.476110 2434 RUBIDOUX RIVERSIDE MANHOLES • ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 Li 1 REFERENCES The following are the names, addresses, phone numbers and contact person for three public agencies for which BIDDER has performed similar work within the past two years: NAME/TITLE: ADDRESS: SEE ATTACHED PAGES****************************** PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-6 PARTIAL LIST OF MOST RECENT COMPLETED PROJECTS EDUCATIONAL SERVICES CENTER / La Quinta, Ca. Owner: Desert Sands U.S.D. Prime Contractor: K.L. Neff Construction Contract Amount: $ 1,367,211.00 FOOD AND NUTRITION CENTER / Ontario, Ca. Owner: Ontario U.S.D. Prime Contractor: B.E. McMurray Contract Amount: $ 631,000.00 CRAM ELEMENTARY SCHOOL / Highland, Ca. Owner: Redlands U.S.D. Construction Manager: K.L. Neff Construction Prime Contractor: Fischer Plumbing Contract Amount: $ 590,000.00 VICTOR VALLEY HIGH SCHOOL # 2 / Victorville, Ca. Owner: Victor Valley U.S.D. Prime Contractor: Tilden- Coil Constructors Contract Amount: $ 2,708,290.00 RIVERSIDE NUTRITION CENTER / Riverside, Ca. Owner: Riverside U.S.D. Construction Manager: K.L. Neff Construction Prime Contractor: Fischer Plumbing Contract Amount: $ 525,807.00 UPLAND HIGH SCH. SCIENCE BUILDING / Upland, Ca. Owner: Upland U.S.D. Prime Contractor: B.E. McMurray Contract Amount: $ 416,807.00 SHIVELA MIDDLE SCHOOL / Murrieta, Ca. Owner: Murrieta U.S.D. Primer Contractor: B.E. McMurray Contract Amount: $ 977,705.00 SOUTH CORONA HIGH SCHOOL / Corona, Ca. Owner: Corona U.S.D. Construction Manager: K.L. Neff Construction Prime Contractor: Fischer Plumbing Contract Amount: $ 3,307,000.00 LA SIERRA HIGH SCHOOL MODERNIZATION / Riverside, Ca. Owner: Alvord U.S.D. Construction Manager: Neff Construction Prime Contractor: Fischer Plumbing Contract amount: $ 975,000.00 VICTOR VALLEY TRANSPORTATION CENTER / Victorville, Ca. Owner: City of Victorville Prime Contractor: D.N.D. Construction Contact amount: $ 75,000.00 WALGREENS DRUG STORE / Fontana, Ca. Owner: Walgreens Prime Contractor: Evergreen Builders Contract amount: $ 102,000.00 ARROW VIEW - SAN BERNARDINO H.S. HVAC UPGRADE / San Bernardino, Ca. Owners: San Bernardino City U.S.D. Construction Manager: Ledesma & Meyer Construction Co., Inc. Prime Contractor: Fischer Plumbing Contract amount: $ 95,000.00 PACIFIC HIGH SCHOOL HVAC UPGRADE / San Bernardino, Ca. Owners: San Bernardino City U.S.D. Construction Manager: Ledesma & Meyer Construction Co., Inc. Prime Contractor: Fischer Plumbing Contract amount: $ 139,000.00 WALGREENS DRUG STORE / Cathedral City, Ca. Owner: Walgreens Prime Contractor: Evergreen Builders Contract amount: $ 45,000.00 HACIENDA ADULT EDUCATION FACILITY / La Puente, Ca. Owner: Hacienda/ La Puente U.S.D. Design/ Build Contractor: Neff Construction Contract amount: $ 766,000.00 DEL VALLEJO MIDDLE SCH. MODERNIZATION / San Bernardino, Ca. Owner: San Bernardino City U.S.D. Construction Manager: Neff Construction Prime Contractor: Fischer Plumbing Contract amount: $ 596,000.00 LOMA LINDA UNIVERSITY COMM. MEDICAL CNTR. HVAC UPGRADE / Loma Linda, Ca. Owners: Loma Linda Community Medical Center Prime Contractor: Serfass and Company Contact amount: $ 77,000.00 SAM'S CLUB REMODEL / San Bernardino, Ca. Owner: Sam's Club Prime Contractor: Image Builders Contract amount:$ 67, 750.00 HIGHGROVE PARK / Riverside, Ca. Owner: County of Riverside Prime Contractor: N.B.I. Contractors Contract amount: $83,000.00 COLTON RELOCATABLE CLASSROOMS / Colton, Ca. Owner: Colton U.S.D. Prime Contractor: Paul Miller Construction Contract amount: $ 29,000.00 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: SEE ATTACHED PAGES************************************* ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-7 KEY PERSONNEL FISCHER PLUMBING NAME POSITION TIME WITH FIRM EXPERIENCE MIKE FISCHER OWNER 16 YEARS 20 YEARS CARL FISCHER FOREMAN 16 YEARS 20 YEARS ROBERT MCGINLEY PROJECT MANAGER 13 YEARS 23 YEARS RANDY KENT FOREMAN 13 YEARS 13 YEARS JEFF HANSON FOREMAN 7 YEARS 17 YEARS BANK REFERENCES ARROWHEAD CREDIT UNION 421 N. SIERRA WAY S.B. CA. 92402 PHONE # 909-881-3355 ACCT # 5000-2777-65 CONTACT: JAN WEST SURETY/BONDING COMPANY FEDELITY & DEPOSIT CO. OF MARYLAND 225 S. LAKE AVE. #700 PASADENA, CA 91101 PHONE # 818-792-2311 AGENT: CROSBY INSURANCE, INC. 60 E. NINTH STREET P.O. BOX 5017 UPLAND, CA. 91785-5017 PHONE # 909-985-0345 FAX: 909-981-9385 CONTACT: DWIGHT REILLY P.02 Ju1-21-O0 10:34A BID BOND tcv AUG 2000 FOR CONSTRUCTION OF`�PIEGE1 N , SLAVER AVENUE SEWER : ... FROM CfEERRY AVENUE TO ITEM:..00K AVENUE' En) NO. S13-57-00 KNOW MEN BY THESE PRESENTS that we the hrned, FISCHER PLUMBING , (hereafter called "Principal"),and FIDELITY IND DEPunS�' .�(1MPANY QF' MA1;yj1� (hereafter called "Surety"), are held and firmly bound unto the CITY OF FONTANA (hereafter ' called "OWNER"), in the. sum of TEN PERCENT OF AMOUNT OF BID dollar (S 10 % * * * * * * ), for the payment of which, welI and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this 27TH day of JULY ,2000. The condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby trade a parr hereof, to enter into a contract in writing for the construction of the Stover Avenue Sewer from Cherry Avenue to Hemlock Avenue. NOW THEREFORE, a. If said 13id is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement form within then (10) days after acceptance (properly completed in accordance with said Bid), and furnishes insurance certificates and endorsements, bon& for faithful performance of said Contract and for the payment of all persons performing tabor or furnishing materials in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall retrain in force and effect, it being expressly understood and egrecd that the liability of Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. For value received, Surety hereby stipulates and agrees that the obligation of said Surety and its bond shall be in nu way impaired or affected by any bidding errors or extension of the time within which the OWNER may accept such Laid, and said Surety hereby waives notice of any such extension. P-8 (Page 1 of 3) Ju.1-21-00 1O:34A P-03 111 9 3 i 1 f IN WITNESS WHEREOF, Principal and Surety Lave hereun and such of them as are corporations have caused their corporate seals t presents to be signed by their proper officers, on the day and year first s ATTEST: (if corporation) By: Title: Corporate Seal) ATTEST: By: Title: (Corporate Seal) PRlsC Bv: Title: set their hands and seals, c hereto affixed and these forth above. HER PLUMBING FIDELITY AND DEPOSIT SURETY: COMPANY OF MARYLAND By: v- DWIGHT REILLY Title: ATTORNEY —IN —FACT DJPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California insurance Commissioner authorizing therm to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal grant or loan fund, must also appear on the Treasury Department's most current list (Circular 570 as amended) '1'lflS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Narnc and address of Surety) FIDELITY AND DEPOSIT COMPANY OF MARYLAND 225 SOUTH LAKE AVENUE, SUITE 700 PASADENA, CA 91101 (:lame and address of agent or CROSBY INSURANCE, INC. representative for service of process in California, if P.O. BOX 5017 different from above.) (Telephone number and FAX number of Surety and agent or representative for service of process in California) UPLAND, CA 91785-5017 626-792-2311 626-795-5748 909-920-2311 P-9 909-981-9385 (Page 2 of 3) Jul-21-00 10:35A P-04 er 11 p ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) ss. co- OF SAN BERNARDINO ) On this JULY 27 , 2000 before me, CLAUDETTE N . MARTIN, NOTARY PUBLIC DATE NAME, TITLE OF OFFIC=FR personally appeared DWIGHT REILLY, ATTORNEY -IN -FACT NAME (S) OF SIGNER (•S) El personally known to me -OR- [ ] or proven to the on the basis of satisfactory evidence to be the person()) whose name(,) is/MC subscribed to the within instrument and acknowledged to me than teealiellfgy executed the same in his/her authorized capacity(t 1, and that by his/121012k signature s) on the instrument the person¢':), or the entity upon behalf of which the person(l;;), acted, executed the instrument. Witness my hand and official seal. efet4.4.eatt (n. (ry, SIGNATE IRE OF NOTARY CLAUDETTE N. MARTIN ClAUDEThE K MARTIN Commission i 1177934 Notary Pubic - California San Bernardino County My Carmt &pies Mart). 2102 NOTE: it copy of the Power of Atrorruy to local representatives of the bondinr, company must he attached hereto. (Page 3 of 3) P-r0 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full e and eff the date hereof, does hereby nominate, constitute and appoint Dwight REILLY, of Upland, Ca a, its ° awful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as sur- :!i d as its deed: any and all bonds and undertakings and the execution of such bonds or undertakings in p ce of th sents, shall be as binding upon said Company, as fully and amply, to all' intents and purposes, as if d been ecuted and acknowledged by the regularly elected officers of the Company at its office in Baltimo emu'• ., in the proper persons. This power of attorney revokes that issued on behalf of Dwight REILLY, dated MaiV995. . The said Assistant Secretary does hereify that xtract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of `�` ompanys now in force. IN WITNESS WHEREOF, the sat affixed the Corporate Seal of the October, A.D. 1998. ATTEST: FIDELI e-Presid FIDELI 1/4v T. E. Smithit'►Assistant Secretary State of Maryland } Ss: County of Baltimore -' Assistant Secretary have hereunto subscribed their names and DEPOSIT COMPANY OF MARYLAND, this 15th day of OSIT COMPANY OF MARYLAND By: W. B. Walbrecher Vice -President On this 15th day of October, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice -President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Far a Notary Public My Commissi Expires: August 1, 2000 L1428-012-8798 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI,"Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." • IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 27TH day of JULY 2000 Assistant Secretary NON -COLLUSION AFFIDAVIT STATE OF CALIFORNIA ) ) ss. COUNTY OF SAN BERNARDINO ) MIKE FISCHER , being first duly swom, (Name of Affi.ant) says that he/she is OWNER (Title) FISCHER PLUMBING (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, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price o the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of/ at of any other bidder, or to secure any advantage against the public body awarding th - c • tractf anyone interested in the proposed contract; that all statements contained in the bid re her, that the bidder has not, directly or indirectly, submitted his or. her bid price • an, - . d f thereof, or the contents thereof, or divulged information or data relative ther • p: dl . : i11 not pay, any fee to any corporation, partnership, company association, org. zy' ;, bi d;`: + it: ry, or t any member or agent thereof to effectuate a collusive or sham bid. MIKE FISCHER • (Typed Name) OWNER (Title) NOTARY PUBLIC IN AND FOR THE STATE OF SUBSCRIBED BEFORE ME on this 10TH My Commission Expires: 2-09-01 CAT,TPORNTA day of AUGUST /Se kam , 200 NotarsfUublic BETH DOOLEY BETH DOOLEY Comm. # 1126794 r�A� P-11 NOTARY PUBLIC CALIFORNIA V�► San Bernardino County My Comm. Expires Feb. 9, 2001 1 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 persons, 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 coany. FIRM: FISCHER PLUMBING TITLE OF PERSON SIGNING: OWNER SIGNATURE: IKE FI H.R DATE: 8-10-00 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. ADVERTISE WBE, DVBE, L.A. MINORITY, AND OSMB ON ALL SCHOOL DISTRICT AND MOST CITY BIDS. P-I2 i4 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER. FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 Item Estimate Unit Unit Total No. Description . Quantity Amount Price Amount 1. Clearing and Grubbing N/A LS N/A 7 , 912.0 0 `%' 2. Traffic Control, Signing and Striping N/A LS N/A 23,611.00 3. Potholes 80 EA 95.00 7,600.00 -" 4. 18" Extra Strength Vitrified Clay Pipe Sewer 1235 LF 85.00 104,975.00 5. 15" Extra Strength Vitrified Clay Pipe Sewer 2580 LF 70.00 180,600.00 6. 8" Extra Strength Vitrified Clay Pipe Sewer 129 LF 159.00 20,511.00 7. 8" Extra Strength Vitrified Clay Pipe Sewer with Special Backfill 442 LF 87.00 38,454.00 8. 6" Extra Strength Vitrified Clay Pipe Sewer Lateral per City of Fontana Standard Detail No. 125, and 125A or 125B (North Side) 24 EA 796.00 19,104.00 9. 6" Extra Strength Vitrified Clay Pipe Sewer Lateral per City of Fontana Standard Detail No. 125, and 125A or 125B, w/ Special Backfill (South Side) 16 EA 4,033.00 64, 528.00 10. Sewer Manhole per City of Fontana Standard Detail No. 112, Modified to 5' Diameter Manhole 12 EA 2,693.00 32,316.00 P-13 �56789T0 PROPOSAL BID SHEET ti� 4 4 ` FOR CONSTRUCTION OF / �U � SLOVER AVENUE SEWER. 0pfROOD FROM CHERRY AVENUE TO HEMLOCK AVE �I�t:JE 4�A 19 ;� J , Ct BID NO. SB-57-00 No Item No. Description Estimate Unit Unit :'`iotal Quantity Amount Price Amount 11. Bore and Jack 36" Inside Diameter Steel Casing (9/16" Minimum Wall Thickness) Including Furnishing and Installing 15" VCP Sewer in Casing 96 LF 380.00 36,480.00✓ 12. Connection to Existing Sewer Manhole per Detail "A", Sheet No. 6, Including Manhole Base Reconstruction and Related Work. 1 EA 1,653.00 1, 6 5 3. 0 0" 13. Remove and replace 8" Curb and Gutter per City of Fontana Standard Detail No. 101 160 LF 33.00 5, 280. 00.! 14. Remove and replace 4" Portland Cement Concrete Sidewalk (5' wide) 760 SF 5.00 3,800.00 15. Remove and replace 8" Curb per City of Fontana Standard Detail No. 101 650 LF 16.00 10 , 400.00 '--' 16. Median Improvements N/A LS N/A 14.165.00 '''' 17. Asphalt Concrete Pavement 1300 TONS 58.00 75,400.00 18. Class 2 Aggregate Base 150 CY 83.00 12,450.00 .."' TOTAL AMOUNT OF BID (Sum of Bid Items 1 through 18): STX HT1Nl1RF.n FTFTY NTNF. munnsziNn TWO HUNDRED THIRTY NINE DOLLARS************ (Words) 659,239.00 (Figures) P-14 PROPOSAL BID SHEET FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 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. 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 CITY reserves the right to reject any and or all bids, or to waive any information on any one or all bids received. The CITY 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. BIDDER'S NAME: FISCHER PLUMBING TELEPHONE NUMBER: (9 0 9) 8 81— 2 910 FAX NUMBER: . (909) 881-5761 P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals thisl OTHday of AUGUST , 2000. BIDDER FISCHER PLUMBING 1372 W. 26TH STREET SAN BERNARDINO, CA. 92405 Subscribed and sw NOTAR By Title OWNER o thisl OTH day of AUGUST BETH DO MIKE FISCHER ,20 00 nsra BE7H ooi, Comm. # 1126794 N NOTARY PUBLIC CALIFORNIA :'!•'� San Bernardino County "" nz . My Comm. Expires Feb. 9, 200t _ The undersigned representative of the CITY 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 at least ten percent (10%) of the total bid. By. Title P-16 8 PROPOSAL BID SHEET FOR THE CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 ADDENDUM ACKNOWLEDGMENT I have received the Addendums listed below: Addendum No. N/A Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: BIDDER'S NAME: NAME/TITLE: SIGNATURE: TELEPHONE NO.: FAX NO.: FISCIN / OWNER (9b9) 881-2910 (909) 881-5761 P-17 CONTRACT AGREEMENT FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 5 THIS CONTRACT AGREEMENT is made and entered into for the above stated project this .a-84th day of September , 2000, BY AND BETWEEN THE CITY OF FONTANA, as CITY, and FISCHER PLUMBING , As CONTRACTOR. WITNESSETH that CITY and CQNTRACTOR have mutually agreed as follows: ARTICLE T The CONTRACT DOCUMENTS for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No. 2838, Sheets 1 through 8), 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. ARTTCT,F TT For and in consideration of the payments and agreements to be made and performed by CITY, 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. ARTTCT,F TTT 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 the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered 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 ARTICLE TV CITY 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 CITY, County of San Bernardino, its 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 CITY, County of San Bernardino, its 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 of it under this Contract in the manner 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 ViIT 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 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first written. CITY OF FONTANA CONTRACTOR: A Municipal Corporation eth R. HName/Title MIKE FISCHER, OWNER City Manager ATTEST: Beatrice Watson City Clerk APPROVED AS TO LEGAL FORM: P-e,\,‘ Clark Alsop or Stephen P. Deitsch City Attorney SUBSCRIBED BEFORE ME, A NOTARY PUBLIC IN AND FOR THE COUNTY OF SAN BERNARDINO STATE OF CALIFORNIA , ON THIS 18 day of SEPTEMBER , 200 0 . Notary BETH DOOLEY My Commission Expires: FEBRUARY 9 , 2001 Frank A. Schuma Community Development Director racie Fernandez Harmon Risk Management BETH DOOLEY Comm. # 1126794 1^ NOTARY PUBLIC CALIFORNIA ! San Bernardino County ~ae , My Comm. Expires Feb.9, 2001 — CA-3 EXECUTED IN TRIPLICATE BOND NO: 8506095 CONTRACT PERFORMANCE BOND PREMIUM : $ 5 , 315.0 0 (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SLOVER AVENUE SEWER FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes referred to hereinafter as "Obligee") has awarded to FISCHER PLUMBING (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All traffic control including furnishing and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verifications including excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all earthwork including trenching, shoring, dewatering, bedding, backfilling including select imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewer; protecting in place or removing and replacing all existing improvements; removing and replacing all Portland Cement Concrete; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction conditions (hereinafter referred to as the "Public Work"); and • WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated , (hereinafter referred to as the "Contract"), which Contract is incorporated herein by .this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, FISCHER PLUMBING , the Undersigned Contractor, as Principal, and FIDELITY. AND DEPOSIT COMPANY QF MARYND a corporation organized and existing Under the laws of the State of MARYLAND , and duly authorized to transact business under the laws of the S yt ofCALIFORNIA as Suretyy, re held THOUSAI\M TWO HUNDRED and firmly bound unto the OBLIGEE in the sum of , • 'M' • Dollars ($ 659 , 2 3 9.0 0 *****), said sum being not less than one hundred percent (100%) of the • total amount payable by the said OBLIGEE under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs,executors and administrators, successors and • assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS; SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in • all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the OBLIGEE, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. (Page 1 of 4) CA-4 The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay OBLIGEE'S reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 19TH Day of SEPTEMBER ,2000. PRINCIPAL/C ®�� ' -' CTOR: F I SCH 'r ;7// NG By: SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: a� DWIGHT REILLY Attorney -in -Fact (Page 2 of 4) CA-5 The rate of premium on this bond is $10.0 0 / $ 8.0 0 / $ 7.. 00 per thousand. The total amount of premium charged: $ 5 , 315.0 0 (The above must be filled in by corporate surety). IMPORTANT. Surety companies executing bonds must possess a Certificate of Authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS TS A REQUIRED FORM, Any claims under this bond may be addressed to: (Name and Address of Surety) FIDELITY AND DEPOSIT COMPANY OF MARYLAND (Name and Address of Agent or Representative for service of Process in California if Different from above) 225 S. LAKE AVE. SUITE 700 PASADENA, CA 91101 CROSBY TNSTTRANCE TNC P.O. BOX 5017 UPLAND CA, 91785-5017 (Telephone Number and Fax Number 6 2 6— 7 9 5- 5 7 4 8/ 6 2 6— 7 9 2— 2 311 Of Surety and Agent or Representative for service of 909-981-9385/909-920-5811 Process in California) (Page 3 of 4) CA-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT s f fA 9 f Z 49� On SEPT 19, 2000 , before me, CLAUDETTE N. MARTIN, NOTARY PUBLIC Date Name and Title of Officer (e.g., Jane Doe, Notary Public') 91 personally appeared DWIGHT REILLY gs Name(e) of Signer(n) 91 Klpersonally known to me A 0 proved to me on the basis of satisfactory 3 evidence 9k to be the person(9 whose name(4) MOW • 3 subscribed to the within Instrument and 3 acknowledged to me that he/XIXdtt IN9Sexecuted r,� ^.' _ `.' `�` � ( the same in his/Iif it fX authorized . iCLAUDETTE N. MARTIN Commission ` 1177934 7 capacity(Ye ), and that by his/itt�tr7tft s l' , :.::... 1 —_ r,- t,�,,Comm. G-so'lcs rc:29.2OO2 acted, executed the instrument. WITNESS my hand and official' seal. 3 CW -rt.! ' lcul..t/✓\ Place Notary Seel Above SI n. Lure of Notary Public 9 CLAUDETTE N. MARTIN i .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 fom7 to another document. 't i et 9/ i Signer(s) Other Than Named Above: • NONE 9 t 9 39J 3 tt 2 Z A. FIDELITY AND DEPOSIT COMPANY OF Signer Is Representing: 3 MARYLAND ext's,re;. t`eit"mot an N$,ext S "ext !l_ `w,: Nt !7 el `L{'L> H_'t'Nt?%{`ee, `Y7 "•✓rJ{"e?{`US VI's; sew.ert N N{ N{ N{`flt WA Prod. No. 6907 Description of Attached Document Title or Type of Document: PERFORMANCE BOND Document Date: SEPTEMBER 19 , 2000 Number of Pages: 3 ttd:PTt�tM:.•?NgtnRt:.•?tiA nt?tnt?�itTinRv iitD'.G%. it}; 'adg4.tT,'t),v v v State of California SS. County of SAN BERNARDINO f' r NotaryPublic-Cclifomld signature( on the instrument the personQ ), or _• San13 cmardnocouniY the entity upon behalf of which the personfi) Capacity(ies) Claimed by Signer Signer's Name: DWIGHT REILLY ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — fI Limited 0 General al Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: RIGHT THUMBPRINT • dK SIGNER • Top of thumb here 0 1997 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth, CA 913 t3.2402 Reorder. Cell Toll -Free 1.800-876.6827 • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full and eff- 3 v constitute and appoint Dwight REILLY, of Upland, Cal' is � its tru-iZ.•► execute, seal and deliver, for, and on its behalf as sur- • . as its .z&:`f+" and the execution of such bonds or undertakings in p •► ce of the, `�: fully and amply, to all intents and purposes, as if • yip; : d been •,; officers of the Company at its office in Baltimo ., in the; issued on behalf of Dwight REILLY, dated M. ,_ 995. The said Assistant Secretary does herebify that t Article VI, Section 2, of the By -Laws of ompany IN WITNESS WHEREOF, the said affixed the Corporate Seal of the 0%. October, A.D. 1998. 0 ATTEST: the date hereof, does hereby nominate, awful agent and Attorney -in -Fact, to make, deed: any and all bonds and undertakings ents, shall be as binding upon said Company, as ecuted and acknowledged by the regularly elected proper persons. This power of attorney revokes that tract set forth on the reverse side hereof is a true copy of s now in force. e-Preside q. �3 Assistant Secretary have hereunto subscribed their names and FIDELI DEPOSIT COMPANY OF MARYLAND, this 15th day of FIDELITAND T. E. Smith State of Maryland } ss: County of Baltimore ))J Ne- Assistant Secretary OSIT COMPANY OF MARYLAND By: W. B. Walbrecher Vice -President On this 15th day of October, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice -President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Fa • •r Notary Public My Commissi•' Expires: August 1, 2000 L1428-012-8798 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President,. or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Companywith the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19TH day of SEPTEMBER • , 2000 Assistant Secretary EXECUTED IN TRIPLICATE PAYMENT BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF BOND NO: 8506095 PREMIUM: $5,315.00 SLOVER AVENUE SEWER • FROM CHERRY AVENUE TO HEMLOCK AVENUE BID NO. SB-57-00 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes referred to hereinafter as "Obligee") has awarded to FISCHER PLUMBING (Hereinafter Designated as the "Contractor"), an agreement for the work described as follows: All traffic control including furnishing and installing all arrow boards, barricades, signs, delineators, and flagmen; all utility location and verifications including excavating, exposing, and verifying top, bottom, and side of utility facility; all pavement removal and disposal; all earthwork including trenching, shoring, dewatering, bedding, bacicfilling including select imported material or select native material and compacting; furnishing and installing all sewer and appurtenances; testing all sewer and appurtenances; connecting to existing sewer, protecting in place or removing and replacing all existing improvements; removing and replacing all Portland Cement Concrete; disposing of excess soil and rock material and restoring all areas and improvements to pre -construction conditions (hereinafter referred to as the "Public Work"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, FISCHER PLUMBING , the undersigned Contractor, as Principal; and Ta corporation organized and existing under the laws of the State ofMRYL7ND , and duly authorized to transact business under the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto the CITY and to any and all persons, companies or corporatigia ego I#'l0, oni#i OtigaSection 3181 of the California Civil Code, in the sum of p_ , D rnrw v ratpTE Dollars ($ 659,239.00 ****), said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms cif the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. .• THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due (Page 1 of 4) CA-8 under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay OBLIGEE'S reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this19Thday of STP1EMBER , 2 1 ' 0 PRINCIP FI s By: A TOR: SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: DWIGHT REILLY Attorney -in -Fact (Page 2 of 4) CA-9 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) FIDELITY AND DEPOSIT .COMPANY OF MARYLAND 225 S. LAKE AVE. SUITE 700 (Name and Address of Agent Or Representative for Service of process in California if different From above) (Telephone Number and FAX Number of Surety and Agent Or Representative for service Of process in California) PASADENA, CA 91101 CROSBY INSURANCE INC. P.O. BOX 5017 UPLAND CA , 91785-5017 626-795-5748/626-792-2311 909-981-9385/909-920-5811 (Page 3 of 4) CA-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Name end Title of Officer (e.g., 'Jane Doe, Notary Public) f f State of California County of SAN BERNARDINO On SEPT 19, Dale personally appeared SS. 2000 , before me,CLAUDETTE N. MARTIN, NOTARY PUBLIC DWIGHT REILLY CLAUDEl71;N.10.11T1N Commission#.` 1177936 7 Notary Public -CCGfornici y San Bernardino County tr h,� Cc nrn. Expir m- N'.: --2_9, 2002 !f� Place Notary Seal Above Name(s) of Signer(s) N personally known to me 0 proved to me on the basis of satisfactory evidence to be the personci) whose name) is/Iri subscribed to the within instrument and acknowledged to me that he/s`fi/1141fN executed the same in hisintWeYeYr authorized capacity iM, and that by his/IMIN§H signature(K) on the instrument the person(), or the entity upon behalf of which the person(K) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL • Signature of Notary Public CLAUDETTE N. MARTIN Ct1L1 a 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 fonn to another document. Description of Attached Document Title or Type of Document: PAYMENT BOND Document Date: SEFTEMBER 19, 2000 Signer(s) Other Than Named Above: NONE Capacity(ies) Claimed by Signer Signer's Name: DWIGHT REILLY Number of Pages: 3 ❑ Individual ❑ Corporate Officer — Tille(s): ❑ Partner — 0 Limited 0 General NJ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: FIDELITY AND DEPOSIT COMPANY OP MARYLAND RIGHT THUMBPRINT OP SIGNER Top of thumb here :PVc , cr c c; ; c z- t c r 1997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll•Free 1.800-876-6827 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full constitute and appoint Dwight REILLY, of Upland, Cal' execute, seal and deliver, for, and on its behalf as sur and the execution of such bonds or undertakings in p fully and amply, to all intents and purposes, as if t officers of the Company at its office in Baltimo issued on behalf of Dwight REILLY, dated M The said Assistant Secretary does hereb. Article VI, Section 2, of the By -Laws of : k* IN WITNESS WHEREOF, the said affixed the Corporate Seal of the October, A.D. 1998. v ATTEST: FIDELIT AND T. E. Smith State of Maryland } ss: County of Baltimore ))) QyI Assistant Secretary ify ompany and eff- •0 the date hereof, does hereby nominate, , its tru -4ZV awful agent and Attorney -in -Fact, to make, as its . . + deed: any and all bonds and undertakings ce of theme ents, shall be as binding upon said Company, as d been .. -.. ecuted and acknowledged by the regularly elected ., in the proper persons. This power of attorney revokes that 995. � . e-Preside FIDELI �•� tract set forth on the reverse side hereof is a true copy of s now in force. Assistant Secretary have hereunto subscribed their names and DEPOSIT COMPANY OF MARYLAND, this 15th day of OSIT COMPANY OF MARYLAND By: W. B. Walbrecher Vice -President On this 15th day of October, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice -President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Fa My Commissi L1428-012-8798 Notary Public Expires: August 1, 2000 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant -Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19TH day of SEPTEMBER , 2000 Assistant Secretary DATE (MM/DD/YY) 12/26/00 ACOR/,m PRODUCER FEDERATED MUTUAL INSURANCE COMPANY 2400 W. Dunlap Ave., Suite 250 Phoenix, AZ 85021 Phone: 602-944-5566 Home Office: Owatonna, MN 55060 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY FEDERATED MUTUAL INSURANCE COMPANY OR A FEDERATED SERVICE INSURANCE COMPANY INSURED FISCHER PLUMBING 1372 W 26TH ST SAN BERNARDINO CA 92405 310-700-0 COMPANY B . COMPANY C COMPANY D r A 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. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR OWNER'S & CONTRACTOR'S PROT 9271543 01/17/01 01/17/02 GENERAL AGGREGATE s 2,000,000 PRODUCTS - COMP/OP AGG s 2,000,000 PERSONAL & ADV INJURY s 1,000,000 EACH OCCURRENCE s 1,000,000 FIRE DAMAGE (Any one fire) s 100,000 AU x x OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 9271543 01/17/01 01/17/02 MED EXP (Any one person) COMBINED SINGLE LIMIT $ $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT s AGGREGATE $ A EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM X 9271544 01/17/01 01/17/02 EACH OCCURRENCE s 4,000,000 AGGREGATE s 4,000,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY - THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: INCL EXCL WC STATU- TORY LIMITS EL EACH ACCIDENT OTH- ER s EL DISEASE - POLICY LIMIT $ EL DISEASE - EA EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS THE CERTIFICATEHOLDER, COUNTY, ITS ELECTED OR APPOINTED FFICERS, OFFICIALS, EMPLOYEES, CONSULTANTS, AND VOLUNTEERS RE ALSO ADDITIONAL INSURED FOR GENERAL LIABILITY COVERAGE ER CG2010 ENDORSEMENT. RE: SLOVER AVENUE SEWER ERTIFICATE 3107000 CITY OF FONTANA 8353 SIERRA AVENUE FONTANA CA 92335 goo.':: ji • 50 ................................. CANE atAT.I,OI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL XNEIMONXRO( MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 100043AMOBINXIXXMANXMKKAK0704EXXHHXXCINCASEXIMOBIXCIRTIVXXIIIHXYABOX04 IdIRXX IVXX)NOCXMRISINXXPOMEIRIXnEXXX011 XXIB<XREBREXIIIIMMEX AUTHORIZED REPRESENTATIV