Loading...
HomeMy WebLinkAbout0850-72_Baseline Avenue/Almeria Avenue - Sewer Project_12.3AGENDA ITEM10E(173) CITY COUNCIL ACTION REPORT SEPTEMBER 7. 1993 CONSENT' CALENDAR Meeting Date Agenda Placement TO: Mayor and City Council FROM: Community Development Department SUBJECT: Final Acceptance of the Construction of the Baseline Avenue and Almeria Trunk Sewer System RECOMMENDATION: 1. TO ACCEPT AS COMPLETE THE WORK PERFORMED BY ALBERT W. DAVIES, INC. FOR THE CONSTRUCTION OF THE BASELINE AVENUE/ALMERIA AVENUE TRUNK SEWER SYSTEM (SB-45-93). 2. TO APPROVE A FINAL CONSTRUCTION CONTRACT AMOUNT OF $482,230.44 WITH ALBERT W. DAVIES, INC. FOR THE CONSTRUCTION OF THE SEWER IMPROVEMENTS FOR BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM, INCLUDING ONE CHANGE ORDER TOTALING $18,210.44, WHICH IS AN INCREASE IN THE CONTRACT AMOUNT OF 3.92%. 3. TO ADOPT RESOLUTION NO. 93-105, ACCEPTING THE SEWERS IN BASELINE AVENUE FROM THE MANHOLE LOCATED AT THE INTERSECTION OF BASELINE AVENUE AND BEECH AVENUE, EAST TO THE MANHOLE LOCATED AT THE INTERSECTION OF BASELINE AVENUE AND ALMERIA AVENUE, THEN NORTH ON ALMERIA AVENUE TO THE EASTERLY BOUNDARY OF TRACT 12314 ON WALNUT AVENUE (STATION 15+17.89, CITY DRAWING NO. 1845 SHEETS 1 THROUGH 5 AND CITY DRAWING NO. 2038 SHEETS 1 THROUGH 7) AS A PART OF THE CITY SEWER SYSTEM BUDGET IMPACT: CI No Funding _ General es Source: I_I Fund Budget IX 1 (070) Sewer Maintenance Fund Budget Bond Proceeds 1—i Developer Deposits The final adjusted contract total (including one change order in the amount of $18,210.44) is $482,230.44. The costs of the construction project have been paid from the Sewer Capital Improvement Fund, Account Number 53720-8017-53011403. The remaining 10% retention in the amount of $48,223.04 will be released after acceptance by the City Council and thirty-five (35) days after recordation of the Notice of Completion with the San Bernardino County Recorder's office. Sufficient funds for maintaining the sewer system are budgeted in the. Sewer Maintenance Program, Account No. 070-4010. 1 Per the Sewer Reimbursement Agreement dated February 16, 1993, between the City of Fontana and the Presley Companies, the Presley Companies will reimburse the Sewer Capital Fund an amount of $53,751.53 (See letter attached, Pages 5-8). ENVIRONMENTAL IMPACT: L_I Yes No A Mitigated Negative Declaration for the Baseline/Almeria Sewer Project was adopted by the Fontana City Council on November 17, 1992 (Page 9). BACKGROUND: In December, 1992, the Redevelopment Agency completed construction of a local sewer system within the Highland Haven Tract 3348 of North Fontana. In order for the sewer system to be functional within the Highland Haven area, a sewer master trunk line on Baseline Avenue.from Beech Avenue to Almeria Avenue, then North on Almeria Avenue to Walnut Avenue to easterly boundary of Tract 12314 (Vicinity Map, Page 10), had to be constructed. On December 15, 1992 (Page 11), the City Council authorized the Community Development Department to advertise for bids for the construction of a master sewer trunk line on Baseline Avenue from Beech Avenue to Almeria Avenue, then north on Almeria Avenue to Walnut Avenue to easterly tract boundary of Tract 12314. The bid process was conducted in accordance with bid procedures for public works projects. Twenty-five (25) bids were received by the City Clerk's office. At 2:00 p.m. on February 4, 1993, the City Clerk publicly opened bids for the Baseline/Almeria Sewer Project. Upon reconciliation of the bid documents and checking the bid proposals, staff confirmed that Albert W. Davies, Inc: was the lowest responsible bidder. On February 16, 1993 (Page 12), the City Council authorized the City Manager to execute a Sewer Reimbursement Agreement with The Presley Companies. Per the Sewer Reimbursement Agreement, the Presley Companies will reimburse the City Sewer Capital Fund 43.3% of the agreed project cost ($215,255.27) of the trunk sewer line on Almeria Avenue (Pages 7-8), minus the total design cost of 539,454.00 which brings the reimbursable amount to the City Sewer Fund to $53,751.53. On March 2, 1993 (Page 13), the City Council accepted the bid in the amount of $464,020 and awarded the contract to Albert W. Davies, Inc. During the course of the construction there was one change order (Pages 14-15) totaling $18,210.44, bringing the total construction cost to $482,230.44. This change order represents an increase of 3.92%. ANALYSIS AND FINDINGS: The Baseline/Almeria Sewer Project was required to provide service to the North Fontana area (which includes the Highland Haven area) ultimately serving 5,100 dwelling units and 800 acres of future commercial property. • '3 The one contract change order executed during the construction of this project is explained as follows: No. 1. Description Amount Adjustment in quantities to reflect actual construction quantity in the field. Added pipe length and rechannel inside of manholes to correct the field conditions. Additional Asphalt pavement work required as the existing asphalt surface along side trench deteriorated during construction of the sewer line. $18,210.44 The contract change order is within the 10% contract contingency fund. The attached memorandum dated August 12, 1993 (Page 16), from a City Inspector states that the sewer infrastructual improvements have been completed pursuant to plans and contract documents and may be accepted as complete by the City of Fontana.. Staff recommends that the project be accepted as complete and that authorization be given for the City Engineer to file a Notice of Completion with the San Bernardino County Recorder's office. ATTACHMENTS: Page 4 - Proposed resolution accepting sewers Page 5 - Letter dated August 12, 1993 signed by the Presley Companies Page 9 - Minute action of November 17, 1992 Page 10 - Vicinity map Page 11 - Minute action of December 15, 1992 Page 12 - Minute action of February 16, 1993 Page 13 - Minute action of March 2, 1993 Page 14 - Contract change order Page 16 - Memorandum dated August 12, 1993 from City Inspector SUBMITTED Y: REVIE, D BY., RECOMME _A, -�� _ ice A, Frank A. Schuma Cl •'A'sr . .Q' I . Devereau Community Development Steve Dei ch City M• ager Director City Attorney FAS:RWW:wp RESOLUTION NO. 93-105 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF FONTANA ACCEPTING THE SEWERS IN BASELINE AVENUE FROM THE MANHOLE - LOCATED AT THE INTERSECTION OF BASELINE AVENUE AND BEECH AVENUE, EAST TO THE MANHOLE LOCATED AT THE INTERSECTION OF BASELINE AVENUE AND ALMERIA AVENUE, THEN NORTH ON ALMERIA AVENUE TO THE EASTERLY BOUNDARY OF TRACT 12314 ON WALNUT AVENUE (STATION 15+17.89, CITY DRAWING NO. 1845 SHEETS 1 THROUGH 5 AND CITY DRAWING NO. 2038 SHEETS 1 THROUGH 7) AS A PART OF THE CITY SEWER SYSTEM. WHEREAS, Section 26-57 of the Code of the City of Fontana provides that each addition to or extension of the sewer system shall be accepted by Resolution of the City Council; and WHEREAS, the Resolution of Acceptance shall contain the terms of any special consideration which shall apply to the sewer so accepted; NOW, THEREFORE, be it resolved by the City Council of the City of Fontana that sewer mains and laterals in Baseline Avenue from the manhole located at the intersection of Baseline Avenue and Beech Avenue, east to the manhole located at the intersection of baseline Avenue and Almeria Avenue, then north on Almeria Avenue to the easterly boundary of Tract 12314 on Walnut Avenue (Station 15+17.89, City Drawing No. 1845 sheets 1 through 5 and City Drawing No. 2038 sheets 1 through 7) are hereby accepted as a part of the sewer system of this City. No special consideration shall apply to any portion of this sewer. APPROVED AND ADOPTED this 7th day of September, 1993. READ AND APPROVED: /s/ Clark Alsop City Attorney I, Kathy Montoya, City Clerk of the City of Fontana,. and Ex-Officio Clerk of the City Council do hereby certify that the foregoing resolution is the actual resolution duly and regularly adopted by the City Council at a regular meeting on the 7th day of September, 1993, by the following vote to -wit: AYES: Mayor Boyles, Mayor Pro Tern Roberts, Council Members Coleman, Eshleman, Watson NOES: None ABSENT: None is/ Kathy Montoya City Clerk of the City of Fontana /s/ Gary E. Boyles Mayor of the City of Fontana ATTEST:.. /s/ Kathy Montoya City Clerk Page 1 of 1 City, of Fontana CALIFORNIA August 16, 1993 Mr. Steven Jones Project Manager The Presley Companies 19 Corporate Plaza Newport Beach,CA 92660 RE: Sewer Reimbursement Agreement (Tract 12314/10800). Cost Summary for Construction of Trunk Sewer on Almeria Avenue Dear Mr. Jones: As per sewer reimbursement agreement dated February 16, 1993 between the City of Fontana and the Presley Companies, attach is the cost summary for construction of Trunk Sewer Main on Almeria Avenue. The cost analysis indicates that the Presley Companies will reimburse the City of Fontana Sewer Fund an amount of $53,751.53 as per the above referenced sewer reimbursement agreement. Please note that the cost summary includes only items, for which actual payment was made to the contractor. The cost for Construction Surveying and Geotechnical Services is per the actual cost incurred for Almeria Avenue (see letters attached). 'The other miscellaneous costs on the project have been distributed in the same percentage as that of the construction cost of Almeria Avenue is to the total construction cost of the project, which is calculated as 35.38%. Construction Cost Almeria Avenue = $ 170,622.03 = 35.38% Total Project Construction Cost = 5482.230.44 The total construction cost of sewer on Almeria Avenue is- $215,255.27. 43.3% developer's share per reimbursement agreement is $93,205.53. Reimbursing developer $39,454.00 for design cost leaves balance to be paid by developer to the City is $53,751.53. 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA, CALIFORNIA 92334-0518 • (714) 350-7600 SISTER CITY - KAMLOOPS, B.C. CANADA ♦) recycled Pap*, If the Presley Compacts is in agreement with the figures • the same at your earlies convenience. g s please sign below and return Please call the undersigned if you require any additional information. Sincerely, COMMUNITY DEVELOPMENT DEPARTMENT Engineering Division Robert W. Weddle City Engineer AGREED BY: Name Title cc: Redevelopment Project Coordinator (MP) Associate Engineer/Special Projects (YP) • RWW:YP:jh • Item Description COST BREAKDOWN FOR Original ALMERIA AVENUE SEWER Contract $464,020.00 Change Order 18,210.66 Total Contract Amount $482,230.66 • Unit Unit Price Total _Amount 1. Install 8" Sewer Main & Plug End 22 L.F. $29 $ 638.00 2. Construct Sewer Manhole 10 Ea. $2330 23,300.00 3. Install 18" Sewer Main 2313 L.F. $43 99,459.00 4. Install Lateral Wye (18"x4") 44 Ea. $ 254 11,176.00 5. Join to Existing Sewer (Remove 18" Sewer Plug) 1 $ 1 1.00 6. Install 21" Sewer Main 285 L.F. $53 15,105.00 7. Install 21 "x4" Lateral Wye 8 Ea. $344 2,752.00 8. Install Pipe Gate Per S.B.C.F.C.D. 2 Ea. $1440 2,880.00 9. Install Erosion Control, Sandbags 2 High 1 L.S. $5350 5,350.00 10. Apply dry Hydroseed Mix on Graded Area of Almeria Avenue 1 L.S. $4950 4,950.00 11. Trench Shoring, bracing of shielding and Appurtenant Work (44.41 % Almeria) 1 L.S. $6600 2,931.03 12. Clearing and Grubbing (90% Almeria) 1 L.S. $2200 1,980.00 13. 8" Sewer Plug (10 plugs on Almeria) 10 Ea. $10 100.00 TOTAL 170,622.03 (This is 35.38% of Total Contract Amount) Construction Inspection & Engineering Staff Support Time (35.38% of Total on Project) 10,090.63. Operating Cost (35.38% of Total on Project) 645.35 Legal Services (Review Contract Document) (35.38%) 149.01 • Construction Survey Staking (Actual Survey Services for Almeria) 8,700.00 CHJ Geotechnical Services (Distributed actual contract amount according to the percentage of pipe length ie. 44.41 %) 5,728.25 Construction Costs $195,935.27 Segment 2 Design Cost 19,320.00 Total Project Cost for Almeria Avenue Only 215,255.27 Developer's Share Per Agreement 43.3% 93,205.53 Reimbursement to Developer for Total Design Costs (39,454.00) Balance to be Reimbursed to the City $ 53,751.53 City Council Minutes 9 ACTION: Motion was ma a by Council Member. Abernathy, seconded by Council Member Eshleman (1) Conducting a hearing to consider the adoption of a resolution of necessity. (2) Adopting a mitigated Negative Declaration and California Fish and Game De Minimis Impact Finding and directing staff to file the Notice of Determination and Certificate of Fee Exemption for a proposed project which includes the acquisition of a sewer easement on Almeria Avenue between Baseline Road and Walnut Street and for construction of a sewer on Baseline Road from Beech Avenue to Almeria Avenue and north on Almeria Avenue to Walnut Street. (North Fontana) (3) Adopting Resolution No. 92-153. declaring that the acquisition of an easement within certain real property (Tract No. 12314) by eminent domain is necessary for construction of under- ground sanitary sewer line facilities (Baseline/Almeria Sewer carried by a vote of 4-0. November 17, 1992 13B (1) CONDUCT HRG RESO NECESS BASELINE/ ALMERIA SEWER PROJ MO 92-460 (2) ADPT NEG BASELINE/ ALMERIA SEWER SEWER PROJ MO 92-461 (3) ADPT RES 92-153 DECLARE ACQUSITION EASEMENT TRACT 12314 Project). Motion .r • SCALE •00 000 ..wur 000111 • H1041A \_ ...,...:. 'IW/'LNUT AVE THIS SEWER PP BABE LINE AVE I 2l"DIA. .� • s MADELINE TRUNK I APPROVED FT •1/E! A LEGEND PROPOSED WASTEWATER COLLECTION LINES. • FUTURE Off -SITE MAJOR WASTEWATER COLLECTOR LINES. M. F.XIST1NC SEWER Ave. IN1<IICE.T•1�. J ON —SITE WASTEWATER .COLLECTION SYSTEM ALBERT A. WEBB ASSOCIATES CIVIL ENGINEERS RIVE RSIOE. CALWORNI WI) i.• • • .B. Authorizing the Community Development Department to advertise for —bids for the construction. of a sewer trunk line on Baseline Road from Beech Avenue to Almeria Avenue ATHRZ ADVERT and north on Almeria Avenue to Walnut Street. (North Font 8I0 SEWER TRUNK Redevelopment Project Area) LINE BASELINE Fontana. MO 92-502 i1 vecemper 15, 1992 Motion was made by Council Member Eshleman, seconded b Consent Calendar Items • as follows: Council Member Coleman approvingCONSENT CAL A-C', "E-6", and "J" A. Authorizing the Community Development Department to advertise for bids for the construction of street improve ments on the east side of Sierra Avenue from Interstate 10 ATHRZ ADVERT to Valley Boulevard. BIDS STREET IMPSIERRA. MO 9250 92-501 t2 • 'City Council Minutes February 16, 1993 J. Authorizing the City Manager to execute a Master Plan Sewer System Reimbursement Agreement by between City. of Fontana and the Presley Companies, relative toe Tracts 12314 and 10800 in North Fontana. ATNRZ C MGR EXECUTE MAS- TER PLAN SEWER SYSTEM REIMB AGRMT PRESLEY. TRACT 12314 & 10800 March 2, 1993 1 3 •. G. Accepting a bid in the amount of $464,020 and awarding a contract to Albert W. Davies, Inc., for the construction of the Baseline/Almeria sewer, and authorizing a construct- ion contingency fund inthe amount of $46,402 (10% of the contract amount) and authorizing the City Manager to execute the construction contract. Motion carried by a vote of 5-0. ACPT BID/AWARD CONTRACT ALBERT DAVIES/BASELINE ALMERIA SEWER M0,93-101 + CITY QF FONTA,^H ENUINEER:HG �1 ,r=� ' E �C[r -- ''~ s� ' /^0. E3-40-03 A�RE�� '|.E �75�� �� �-O��A I.�z ~ E.~C�7s) 0 CC%TRACT0E- -����!' �D��S-�� - -'``�'='- �, `� CO�T��ACT CO '`�.i REYESED S|'PP. FOTAL --------- DATE: JULY 19. �9�I % OVER CONTRACT= �� 3.92% CONTINGENCY SALA�CE (1NCL.�H�S 00) 'You are hereby directed to make the herein delcribed chanjes frdm the e olen� and Specifications or do the following described work notinclud0d''n e plans and specification on the contract. - '� NOTE: This change order is not effective until approved by t4e City Engineer, -- CONTRACT ITEM NO. DESCRIPTION OF WOR^ UNIT UNIT QUANTITY TOTAL PRICE N/A JACK HAMMER CONCRETE MANHOLE BASE AND INSTALL 12" STUB AND NEW 15" STUB AND RE -CHANNEL INSIDE. STATION 10+00, NORTH SIDE. L/B N/A JACK HAMMER CONCRETE MANHOLE TO. LAY,21" V.C.P. STUB. STATION 16+00,EAST STUB. L/S N/A JACK HAMMER COWCRETE MANHOLE FOR NEW CHANNEL FOR THE 21" V,C.P. STUB. STATION 10+06, EAST BIDE. L/B N/A Cold Plan and replace AC Pavement 1" thick (18' * 750') strip, 7. SAWCUT AND REMOVE AC. PAVEMENT. L/S _ _ _ _ ~ ' ,500.0{ S.F. �0.10 ' 4,6B9.32 S46B.93 B. A.C. PAVEMENT(BASELINE) TONS $47,00 4. 3" V.C.P. SEWER (E.S.) L.F. $29.00 / 11. B^ SOWER PLUG EA. $10.00 18. 6" z 4^ REDUCER EA. $26.00 24.AND r|OTAR ALUG EA. $84.00 � 204.15 $9,595.05 68.00 ($1,972.00 ' 1.00 (a1O.00) 52.00 352.01-t 4.00 or Increase, PAGE k OF �� 4.0 :ST47.1. Jo4P.s.44.uci-0 24-ec 'pe4daDDij • '.s.-.0q.s umpus sePTd.eqq. 4uswAsd Tiv-4 Es- ;damps ITTM pus 'pT4.TD.--Jcis ,Apps ppm sq4 AJsEssma0 saDTAJas Tie w_Jo,LJed pus isAogs pu fs7u4o XELi Es 4da::,xe, tsIsT.Asi4sw ITs• .usTu_An4 ,4uawdTnba I's epTAp_4d IT7m peAcJdce ET TesodaJd s rq r'ea_lbs- AclaJaul pus p6s-cclod sOusub p4 uPT4.s.Jap7suaD uaA,,b eAsu paubTEJapunat.p. 'em .c4C1 Jeleu7bu2 A4To buN4naccJd Ipapuswwope T-E,Aa_,qqt4 •-4o4DaJsul pIeTd :aa.en :Aq 2NON T}® EWT4 Jap...43 ETu; 4.p LIC2F.V,J • • • • • t • CITY OF FONTANA CALIFORNIA MEMORANDUM TO: YOUSUF PATANWALA ASSOCIATE ENGINEER FROM: JIM RANKIN SENIOR PUBLIC WORKSINSPECTORC SUBJECT: COMPLETION OF BASELINE/ALMERIA SEWER PROJECT DATE: AUGUST 12, 1993 Baseline/Almeria Sewer Project has been completed by. contractor; A.W. Davies Inc., All construction is completed and in accordance rto the satisfaction of the lans and Specifications ons and all punch list items have been completed JR:yv c:\data\wp\inspecti\memos93\compofba.bsl PAYMENT/CONTRACT EXECUTION REQUEST TO: Jay M. Corey, City Manager FROM: Ken Jeske, Acting Community Development Director SUBJECT: April 6, 1993 DATE: Baseline/Almeria Sewer Project Construction Contract Award BRIEF BACKGROUND/SUMMARY: The Baseline/Almeria Sewer is to be a sewer master trunk line on Baseline Avenue from Beech Avenue to Almeria Avenue and on Almeria Avenue from Baseline Avenue to Walnut Street. At the City Council meeting of March 2, 1993, Council Members voted to accept a bid in the amount of $464,020 and to award a contract to Albert W. Davies for the construction of the Baseline/Almeria Sewer and to authorize the City Manager to execute the construction contract. Vendor/Contract Name: Albert W. Davies, Inc. Contract Value $ 464,020.00 P.O. # Balance on contract P.O. after this payment Budgeted: $807,129.99 [X] Yes [ ] No [X] One -Time Cost [ ] Recurring Sewer Fund No. 071-7243-4300 Consistent with Purchasing Procedures: [X] Yes [ ] No If not consistent, explain: c STAFF APPROVAL: >7 DEPARTMENT HEAD APPROVAL: DATE: 9 DATE: 4--(0,___13 CITY MANAGER FINAL APPROVAL: DATE: 1.7i. - .7 3. Attachment: City Council Minutes and/or Page from Approved Budget? [X] Yes .[ ] No [ ] Other GVO:cz City Council Minutes • Mar. 2, 1993 G. Accepting a bid in the amount of $464,020 and awarding a contract to Albert W. Davies, Inc., for the construction of the Baseline/Almeria sewer, and authorizing a construct- ion contingency fund in the amount of $46,402 (10% of the contract amount) and authorizing the City Manager to execute the construction contract. Motion carried by a vote of 5-0. ACPT BID/AWARD CONTRACT ALBERT DAVIES/BASELINE ALMERIA SEWER MO 93-101 Page 4 of 10 AGENDA ITEM 9G CITY COUNCIL ACTION REPORT MARCH 2. 1993 CONSENT CALENDAR Meeting Date Agenda Placement TO: Mayor and Council Members FROM: Community Development Department SUBJECT: Award of Contract for the Construction of the Baseline/Almeria Sewer Project RECOMMENDATION: TO ACCEPT A BID IN THE AMOUNT OF $464,020 AND AWARD A CONTRACT TO ALBERT W. DAVIES, INC., FOR THE CONSTRUCTION OF THE BASELINE/ALMERIA SEWER, AND TO AUTHORIZE A CONSTRUCTION CONTINGENCY FUND IN THE AMOUNT OF $46,402 (10% OF THE CONTRACT AMOUNT) AND TO AUTHORIZE THE CITY MANAGER TO EXECUTE THE CONSTRUCTION CONTRACT. BUDGET IMPACT:. 1-1 No I XX es Funding. Source: IXX) SEWER (071) Fund Budget 1-1 Bond Proceeds I_I General Budget II Developer. Deposits Funds in the amount of $807,129 for the Baseline/Almeria Sewer Project are budgeted in the Fiscal Year 92/93 Budget under Sewer Fund Account No. 011-7243- 4300 (Page 4). ENVIRONMENTAL IMPACT: I-1 No IXXI Yes A Mitigated Negative Declaration for the Baseline/Almeria Sewer Project was adopted by the Fontana City Council on November 17, 1992 (Page 5). BACKGROUND: In December 1992', the Redevelopment Agency completed construction of a local sewer system within the Highland Haven Tract 3348 of North Fontana. In order for this sewer system to be functional within the Highland Haven area a sewer master trunk line on Baseline Avenue from Beech Avenue to Almeria Avenue and on Almeria Avenue from Baseline Avenue to Walnut Street must be constructed (the Baseline/Almeria Sewer Project). In December 1990, when Tract 12314 was recorded, it was anticipated that the owner, the Presley Companies would construct the Baseline/Almeria Sewer Project (subject to reimbursement by the City) as part of development of their Tract 12314 in the Rancho Fontana Specific Plan of North Fontana (see attached map, Page 5). Presley was going to construct the Almeria sewer line asit is encompassed within the limits of their proposed development and because the conditions of approval for the Tract require Presley to dedicate to the City the public easements subject to improvement. Therefore, the necessary easement was originally contemplated as part of the Tract Map. G. • Subsequently, staff was advised by the Presley Companies that they had no plans to proceed with development of Tract 12314 in the foreseeable future. In anticipation that Presley was not going to move forward with their development plans, and to facilitate completion of the Highland Haven Sewer, the City budgeted funds in the 1992/93 Sewer Improvement Fund to construct the Baseline/Almeria Sewer Project. On September 7, 1992, in response to a formal request by the City to grant the sewer easement, Presley informed the City that they were unwilling to do so until several unrelated issues were resolved. On November 17, 1992, the City Council adopted a Resolution of Necessity declaring. the City's intent to acquire the sewer easement through eminent domain proceedings so that it might proceed with construction of the Baseline/Almeria Sewer Project (Page 5). On December 15, 1992, the City Council authorized the Community Development Department to advertise for bids for the construction of a sewer trunk line on Baseline from Beech Avenue to Almeria Avenue and north on Almeria Avenue to Walnut Street (Baseline/Almeria Sewer Project) (Page 7). On January 8, 1993, the Court granted possession of the sewer easement to the City. ANALYSIS AND FINDINGS: This project will provide a 21 inch sewer trunk line on Baseline Avenue from Beech Avenue on the west to Almeria Avenue on the east and an 18 inch sewer line on Almeria Avenue from Baseline Avenue on the south to Walnut Street on the north. The construction of the Baseline/Almeria Sewer Project is required in order to provide sewer service to the North Fontana area (which includes the Highland Haven area) ultimately serving 5,100 dwelling units and 800 acres of future commercial property. Without this Project, development in the area between Beech and Citrus Avenues, north of Baseline Avenue within North Fontana will not take place and the sewer system recently completed in Highland. Haven, will not be functional, resulting in continuing adverse impacts to the health and quality of life of persons residing in the affected area. The bid process was conducted in accordance with bid procedures for public works projects. Twenty-five (25) bids were received by the City Clerk's office. Bids were opened by the City Clerk in the Council Chambers at 2:00 p.m. on February 4, 1993. The lowest responsible bidder was Albert W. Davies, Inc., as reflected in the recapitulation of bids (Page 8). The low bid of $464,020 is below the Engineer's Estimate of $624,780. Staff recommends award of a contract to Albert W. Davies, Inc., for construction of the Baseline/Almeria Sewer Project. Once the contract is awarded, but prior to beginning construction, the contractor must prepare and submit a detour plan for City and Caltrans approval. Once the detour plan is approved, the contractor may begin construction. The contract calls for a construction period of 90 working days. The estimated date of completion of the project is August 1993. This recommended action complies with the City's adopted Purchasing policies and procedures. • 3 ATTACHMENTS: Page 4 - 1992/93 Adopted Budget -Sewer Improvement Fund (071) Page 5 - Minute excerpt of November 17, 1992 City Council Meeting Page 6 - Project Location Map Page 7 - Minute Excerpt of December 15, 1992 City Council Meeting Page 8 - Bid Recapitulation SUBMITTED BY: REVIEWED BY: RECOMMENDED BY: ennif- Vaughn Blake C ar A so.i J . Corey Assi ant City Manag Steve Dei ch t Manager City Attorney JVB:GVO:cz PROGRAM SUMMARY 1992-93 BUDGET DESCRIPTION & PRIMARY ACTIVITIES: The Baseline and Almeria Sewer Program provides for the installation of a sewer line on Baseline,between Beech and Almeria, and in Almeria between Baseline and Walnut. PROGRAM OBJECTIVES & PERFORMANCE MEASURES: The Baseline and Almeria sewer construction program is to provide sewer services to North Fontana, including Tract #12314 (Presley) and the Highland/Haven Subdivision (RDA project area). A portion of the project costs will be reimbursed by the developer of Tract #12314 for that portion in Almeria Ave. Thisproject involves the construction of approximately 2,750 lineal feet of a 21—inch sewer line. Primary activities include completing the construction plans, managing the construction of the project and developing a reimbursement agreement between the City and Presley. PROGRAM EXPENDITURES: Personnel Services Operating Expenditures Internal Service Charges Contractual Services Capital Expenditures PROGRAM TOTAL DIRECT REVENUE: Actual 90-91 Est. 91-92 Adopted 92-93 0 18,263 37,957 0 118 300 0 0 0 0 19,648 875,129 0 0 0 0 38,029 913,386 0 0 0 PERSONNEL SUMMARY: POSITIONS Associate Engineer Associate Engineer Associate Engineer DeputyCity Engineer Engineer Tech I & II Principal Civil Engineer Principal Civil Engineer P.W. Inspector Sr. P.W. Inspector TOTAL PERSONNEL SUMMARY Actual 90-91 Est. 91-92 Adopted 92-93 0.00 0.00 0.01 0.00 0.00 0.09 0.00 0.00. 0.02 0.00 0.00 0.00 0.00 0.00 0.19 0.00 0.00 0.10 0.00 0.00 0.01 0.00 0.00 0.11 0.00 0.00 0.05 0.00 0.00 0.58 172 City Council Minutes ACTION: Motion was made by Council Member Abernathy, seconded by Council Member Eshleman (1) Conducting a hearing to consider the adoption of a resolution of necessity. (2) Adopting a mitigated Negative Declaration and California Fish and Game De Minimis Impact Finding and directing staff to file the Notice of Determination and Certificate of Fee Exemption for a proposed project which includes the acquisition of a sewer easement on Almeria Avenue between Baseline Road and Walnut Street and for construction of a sewer on Baseline Road from Beech Avenue to Almeria Avenue and north on Almeria Avenue to Walnut Street. (North Fontana) (3) Adopting Resolution No. 92-153. declaring that the acquisition of an easement within certain real property (Tract No. 12314) by eminent domain is necessary for construction of under- ground sanitary sewer line facilities (Baseline/Almeria Sewer carried by a vote of 4-0. Page 11 of 12 November 17, 1992 13B (1) CONDUCT HRG RESO NECESS BASELINE/ ALMERIA SEWER PROJ MO 92-460 (2) ADPT NEG BASELINE/ ALMERIA SEWER SEWER PROJ MO 92-461 (3) ADPT RES 92-153 DECLARE ACQUSITION EASEMENT TRACT 12314 Project). Motion 7417 SCALE e Soo eon 11 HOI-jLA 'IW,w THIS SEWER P BASE LINE AVE I HAVEN PROJOC1! or 21 'DIA LNUT A V E. ' i • 21"DIA. .� SASE LINE TRUNK APPROVED FY •I/02 • • LEGEND PROPOSED WASTEWATER COLLECTION LINES. FUTURE OFF -SITE MAJOR WASTEWATER COLLECTOR LINES. ••� EXISTING SEWER .[ELN AVE. INT[IIC(PTiIl. ION -SITE WASTEWATER !COLLECTION SYSTEM ALBERT A. WEBB ASSOCIATES RIVERSIDE. CALIFORNIA CIVIL ENGINEERS 29, wO ei=241 <�I i MIND IIiiiuLC� • OQcvmb<r 15, 1992 ' 'If) B. Authorizing the Community Development Department to advertise for bids for the construction of a sewer trunk line on Baseline Road from Beech Avenue to Almeria Avenue and north on Almeria Avenue to Walnut Street. (North Fontana Redevelopment Project Area) Page 3 of 16 Motion as CouncilwMembere Coleman Council Member Consent Eshleman, seconded by"CAL Cs follows: 9 Calendar Items A.C. CONSENT SG NT and "J" A. Authorizing the Community Development Department to advertise for bids for the construction of street .im rove- BBIDSZ TREETT ments on the east side of Sierra Avenue from Interstate 10DS to Valley Boulevard. IMPRVMTSESIERRA MO 92-501 ATHRZ ADVERT BID SEWER TRUNK LINE BASELINE M0 92-502 • • "RID RESULTS SPREAD SHEET •' PROJECT: Ialrastrnctian Construction Of Baseline Ave. * Almeria Ave. Truth Sewer System Bid Date: Thursday, February 4, 1993 0 2:00 PM Ow eer: City e1 Fontana Item UllaMed Unit of iYlaR11513111111LBUIIIII Qua! Qlic 1 21' V.C.P. Sewer (Cams Strength) 3,504 LF 2 IS" V.C.P. Sewer (E. S.) 2,406 LF 3 12' V.C.P. Sewer (B.S.) 18 LF 4 8' V.C.P. Sewer (B.S.) 171 LF 5 60' Manhole 21 EA 6 Remove Phu A loin 21' V.C.P.. 1 BA 7 Sawcut and Remove A.C. Pavement 43.500 SF II A.C. Pavement (Baseline Ave) 1.200 Tons 9 Remove Phu & loin l8' V.C.P. 1 BA. 10 12' Sewer Phu 1 BA 11 8' Sewer Phu 14 BA 1 LS u striping 13 Trench Shoring, Bracing or Sbiekling and Appurtenant Wort 14 Clearing and Grubbing 15 Pothole Brisling Utilioea 16 21' X 6' Lateral Wye 17 18' X 6" Lalarel Wye 11 6' X 4' Reducer 19 Excavation (Almeria) 20 15' V.C.P. Sewer (B.S.) 21 15'Sewer Plug 22 Apply Dry Hydroseed Mix On Graded Area Of Almeria Avenue 23 Traffic Control Warning Signs, Barricades and AU Related Wink* 1 LS 1 LS 2 BA 8 BA 44 BA 52 BA 1 LS 20 LP 1 BA 1 LS 1 LS Engineer's Bulimic Alden W. Davies, Inc. B & A Cat., Inc Tomer Engineering, Inc. Unit Lola hill Unit Lola Tidal Unit Lora 1.21m1 Unit $ice IAA 4 70.00 245,2110.00 53.00 185,712.00 61.00 213,744.00 60.00 210,240.00 60.00 144,360.00 43.00 103,458.00 54.00 129,924.00 50.00 120,300.00 50.00 900.00 30.00 " 540.00 40.00 720.00 30.00 S40.00 40.00 6,840.00 29.00 4,959.00 40.00 6,840.00 25.00 4,275.00 3,300.00 69,300.00 2,330.00 48,930.00 1,900.00 39,900.00 2,400.00 . 50,400.00 1.500.00 1.500.00 1,000.00 1,000.00 50.00 50.00 2,000.00 2,000.00 0.50 21.750.00 0.10 4,350.00 0.10 4,350.00 0.40 17,400.00 40.00 41.000.00 47.00 56,400.00 40.00 48,000.00 35.00 42,000.00 1.500.00 1.500.00 1.00 1.00 50.00 50.00 1,200.00 1,200.00 150.00 150.00 24.00 24.00 50.00 50.00 50.00 50.00 100.00 1,400.00 10.00 140.00 5.00 70.00 50.00 700.00 7,000.00 7.000.00. 1.850.00 1,850.00 2,500.00 2,500.00 4,000.00 4,000.00 20,000.00 20,000.00 6,600.00 6,600.00 5,6611.00 5,668.00 6,000.00 6,000.00 5.000.00 S.000.00 2.200.00 2,200.00 5,000.00 5,000.00 15,000.00 15,000.00 500.00 1.000.00 165.00 330.00 200.00 400,00 500.00 ' 1,000.00 175.00 1.400.00 344.00 2,752.00 350.00 2,800.00 350.00 2,800.00 150.00 6.600.00 254.00 11,176.00 250.00 11,000.00 250.00 11,000.00 50.00 2.600.00 26.00 1,352.00 1.00 52.00 20.00 1,040.0' 10,000.00 10,000.00 . 9,680.00 9,6110.00 10,000.00 10,000.00 . 6,000.00 6.000.00 50.00 1.400.00 38.00 1,064.00 18.00 " 504.00 35.00 980.00 300.00 300.00 31.00 31.00 75.00 75.00 100.00 100.00 7,000.00 7,000.00 4,950.00 4,950.00 4,200.00 4,200.00 6,000.00 6,000.00 10,000.00 10,000.00 5,100.00 5,100.00 5,000.00 5,000.00 7,000.00' 7,000.00 HILADBID.XLS, 2/5/93, 1 of 14 A • • • BID RESULTS SPREAD SHEET• • • PROJECT: lafrastntctioa Coostrtrctioa Of Baseline Ave. * Almeria Are. Truk Sewer System fl Bid Dale: 71arsay. February 4. 1993 O 2:00 PM Omen City et Festime ltem Filimate/ Ilait et Mc Di11111111 11111 t QMMOE 24 Brick t Mow Plug 4 EA 25 Remove Bustin Maabole Awl 5 LF Of 1' V.C.P. Sear 1 1.3 26 4$ Medals 1 EA 27 Pipe Oates Per S.B.C.F.C.D. Dotal SP 209 ' 2 EA. 21 Eroaioa Control Sayings 1 L.S. TOTAL 'BID !ME' Eniiaccr's Estimate Aldcrt W. Dsvia, Inc. B & A Coast., Inc omeEngiaceri , N W gt 88 88.8 Ng gNNpw Wg gN O pO Op pO Op 8 8 O O 8 flail 11d1 8 8 8 8 8 k 8 88 88 4 N N Diu Dial hire Tidal 114.00 336.00 150.00 600.00 1,460.00 1,460.00 500.00 500.00 1.395.00 1,395.00 1,000.00 1.000.00 1,440.00 2.1110.00 1,250.00 2,500.00 5.350.00 5.350.00 2,000.00 2,000.00 5624,7$0.00 S464.020.00 $497,497.00 5520,725.00I (c..ar0 BASELINE.XLS, 2/9/93, 2 of 14 PROJECT: lafrastructioe Construction Of Baselime Ave. & Almeria Ave. Trunk Sewer System Item Bid Date: Thursday, February 4, 1993 0 2:00 PM Omer: City of Features • • •BID RESULTS SPREAD SHEET• • • Estimated Unit of 1�110C 1 21' V.C.P. Sewer (E urn Stregat6) 3.304 LF 2 18' V.C.P. Sower (E. S.) 2.406 LF 3 12' V.C.P. Sewer.(B.S.) 18 LF 4 8' V.C.P. Sewer (B.S.) 171 LF S 60' Manhole 21 BA 6 Remove Plug & loin 21' V.C.P. 1 EA 7 Sawcut and Remove A.C. Pavement 43.300 SF 0 A.C. Pavement (Bamboo Ave) 1.200 Tons 9 Remove Plug & loin 18' V.C.P. 1 BA. 10 12' Sewer Plug 1 BA 11 8' Sewer Plug 14 BA 12 Sniping 1 LS 13 Trench Shoring, Bracing or Shielding and Appuitsaent Work 1 LS 14 Clearing and Drubbing 1 LS 15 Pothole Existing Utilities 2 BA 16 21' X 6' Weal Wye 8 BA 17 18' X 6' Weal Wye 44 BA 11 6' X 4' Reducer 52 BA 19 Bncavatiaa (Almeria) 1 LS 20 15' V.C.P. Sower (B.S.) 28 LP. 21 15'Sewer Plug 1 BA 22 Apply Dry Hydroseed Mix On Graded Area Of Almeria Avenue 1 _ LS 23 Traffic Control Warning Signs. Barricades and AU Related Works' 1 1S Calton Coots., Inc. Kenko Inc. Riverside Pipine C.P. Construction Co. Unit tdo TAW Veit hiss DIM Unit hil* Total Uait tics Dial . 58.00 203.232.00 65.00 227,760.00 52.44 183,749.76 65.00 227,760.00 45.00 108,270.00 50.00 120,300.00 48.35 116.330.10 57.00 137,142.00 37.00 666.00 60.00 1,080.00 32.13 578.34 60.00 1,080.00 70.00 11.970.00 50.00 8,550.00 26.50 4,531.50 50.00 • 8,550.00 2.600.00 54.600.00 3,000.00 63,000.00 3,423.73 71.198.33 2,130.00 45,130.00 360.00 360.00 300.48 300.48 330.00 330.00 450.00 450.00 0.10 4.350.00 0.10 4,350.00 0.21 9,135.00 0.15 6,525.00 35.00 42.000.00 34.00 40.800.00 69.28 83;136.00 48.00 57,600.00 360.00 360.00 300.00 300.00 330.00 330.00 600.00 600.00 40.00 40.00 80.00 80.00 75.70 75.70 200.00 200.00 5.00 70.00 20.00 280.00 58.41 117.74 100.00 1,400.00 1.700.00 1,700.00 2.000.00 2,000.00 1,782.00 1.782.00 1,200.00 1,200.00 2,200.00 2,200.00 10,000.00 10,000.00 7,700.00 7,700.00 7,000.00 7,000.00 34,243.00 34.243.00 2,000.00 2,000.00 12.320.00 12,320.00 3,500.00 3,500.00 400.00 800.00 200.00 400.00 550.00 . 1,100.00 300.00 600.00 460.00 3,680.00 425.00 3.400.00 367.50 2.940.00 350.00 2,800.00 370.00 16,280.00 325.00 14.300.00 281.71 12.395.24 280.00 12,320.00 10.00 520.00 0.01 0.52 44.00 2,288.00 15.00 ' 780.00 20,000.00 20,000.00 21,500.00. 21,500.00 8.250.00 8,250.00 8.372.00 8,372.00 83.00 2,324.00 70.00 1,960.00 28.09 786.52 57.00 1,596.00 75.00 75.00 100.00 100.00 139.63 139.63 150.00 250.00 3,600.00 3,600.00 4,000.00 4.000.00 8.800.00 8,800.00 3,800.00 3,800.00 • 3,500.00 3,500.00 5,000.00 5,000.00 7,977.44 7,977.44 6,000.00 6,000.00 1-111 AflRtfl VI C 7/A3 3 of 14 ***BID RESULTS SPREAD SHEET* * e PROJECT: Infrastructioo Construction Of Baseline Ave. & Almeria Ave. Trualt Sewer System Bid Date: Thursday. February 4, 1993 0 2:00 PM Owner: Ciq .f Fontana lte>• Fitituated Unit of Descnoosa of Items O uslix 24 Brick A. Molar Plug 4 BA 25 Remove Existing Manhole And S 1.110f 8' V.C.P. Sewer 1 1S 26 48' Manhole 1 BA 27 Pipe Oates Per S.B.C.P.C.D. Detail SP 209 2 BA. 2B Erosion Control Sandbags 1 L.S. TOTAL 'BID PRICE' ICalfon Coast., Inc. Kenko Inc. Riverside Hipline C.P. Construction Co. 88 88 8 88 88 8 8 88 88 8 88 88 lm8 a Unit Usk 110.00 440.00 100.00 400.00 330.00 330.00 750.00 750.00 1,338.70 1,338.70 1,375.00 1,375.00 1,650.00 3,300.00 1,400.00 2,800.00 2,200.00 2,200.00 5,000.00 5,000.00 I $524,390.00 $537,961.00 $545,000.00 $545,000.00_ HILADBID.XLS, 2/5/93, 4 of 14 PROJECT: Infrastructioo Comstructioa Of Baseline Ave. & Almeria Ave. Trunk Sewer System Bid Date: Thursday, February 4, 1993 0 2:00 PM Owner: City of Fontsma Item Dslculllim41 I1a8 e *11 *BID RESULTS SPREAD SHEEP' • • Estimated Unit of ihmax Quid& 1 21' V.C.P. Sewer (Etna Strength) 3.504 LF 2 l8' V.C.P. Sewer (B. S.) 2.406 LF 3 12' V.C.P. Sewer (B.S.) 18 ' LF 4 8' V.C.P. Sewer (B.S.) 171 LF S 60- Manhole 21 EA 6 Remove Plug & Joia 21' V.C.P. 1 BA 7 Sawcut and Remove A.C. Pavement 43.500 SF 8 A.C. Pavement (Baseline Ave) 1,200 Tons 9 Remove Plug &Join 18' V.C.P. 1 EA. 10 12' Sewer Plug 1 EA 11 8' Sewer Plus 14 BA 12 Suipwi 1 LS 13 Tecacb Shoring. Bracing or Shielding and Appurtenant Wort l LS 14 Clearing and Drubbing 1 LS 1S Pothole Existing Utii*ies 2 EA 16 21' X 6' Laical Wye 8 EA 17 Ur X 6' Lateen! Wye 44 EA 18 6' X 4' Reducer 52 EA 19 Excavation (Almeria) 1 LS 20 1S' V.C.P. Sewer (B.S.) 28 LP 21 1S'SewerPlug 1 BA 22 Apply Dry iiydrosood Mix On Graded Area Of Almeria Avenue 1 LS 23 Traffic Control Warning Signs, Barricades and MI Related Wort• 1 LS Merlin Johnson Come. Utah Pacific , Inc. Mladen Eunuch, Cones. Boodiman-McCain, Inc Unit bile Tidal Unit bits 19121 Unit bird: Tail Unit bin Tslal 70.60 247.382.40 69.00 238,272.00 60.00 210,240.00 70.00 245,280.00 51.40 123.6611.40 60.00 144,360.00 50.00 120,300.00 48.00 115,488.00 39.00 702.00 55.00 990.00 70.00 1,260.00 45.00 810.00 20.00 3.420.00 42.00 7,182.00 30.00 5,130.00 77.00 13,167.00 2,200.00 46.200.00 2,500.00 52,500.00 2,500.00 52,500.00 3,000.00 63,000.00 350.00 350.00 450.00 450.00 2,600.00 2,600.00 1,000.00 1,000.00 0.15 6,525.00 0.35 15,225.00 0.25 10,875.00 0.22 9,570.00 30.00 36,000.00 25.00 30,000.00 33.00 39,600.00 27.65 33,180.00 350.00 350.00 350.00 350.00 2,300.00 2,300.00 900.00 900.00 35.00 35.00 125.00 125.00 618.00 618.00 50.00 50.00 15.00 210.00 90.00 1,260.00 600.00 8,400.00 20.00 280.00 1,645.00 1.645.00 2.000.00 2,000.00 5,000.00 5,000.00 1,050.00 1,050.00 11.500.00 11.500.00 5,900.00 5.900.00 8,000.00 8,000.00 6,000.00 6,000.00 1,000.00 1.000.00 5.500.00 5,500.00 9.000.00 9,000.00 29,300.00 29,300.00 200.00 400.00 1.750.00 3.500.00 400.00 800.00 350.00 700.00 620.00 4,960.00 500.00 4,000.00 550.00 4,400.00 630.00 5,040.00 460.00 20.240.00 400.00 17,600.00 475.00 20,900.00 540.00 23,760.00 19.00 918.00 65.00 3,380.00 200.00 10,400.00 60.00 3,120.00 13.800.00 13,800.00 6.000.00 6,000.00 18,000.00 18,000.00 15,600.00 15,600.00 45.25 1.267.00 75.00 2.100.00 '50.00 1,400.00 50.00 1,400.00 50.00 50.00 150.00 150.00 409.00 409.00 90.00 90.00 6,300.00 6.300.00 1.500,00 1,500.00 5,000.00 5,000.00 2,300.00 2,300.00 10,550.00 10,550.00 4,500.00 4,500.00 12,000.00 12,000.00 11,000.00 11,000.00 HILADBID.XLS, 2/5/93, 5 of 14 • • •BID RESULTS SPREAD SHEET• • • PROJECT: lafrastruction Construction Of Baseline Ave. & Almeria Ave. True& Sewer System Bid Date: Tharsdsy, February 4, 1993 0 2:00 PM Omar: City ef Fenian& Its Estimated Unit .f tit. Dcrimtita of Ittam Qua' itinifili 24 Brick A Motor Pint 4 BA 25 Remora Existing Manhole And S LP Of II* V.C.P. Sewer I LS 26 411' Manhole 1 LA 27 Pipe Own Par S.B.C.F.C.D. Detail SP 209 2 LA. 21 Erosion Control Saadhop 1 L.S. TOTAL 'BM PRICE* Media Johnson Coent. Utah Pacific , Inc. Medea Buntich, Cones. Bonadiman-McCain, Inc Unit m[! Tsar Unit tdk0 hid 88 88 8 r r r r 88 88 8 8 88 88 50.00 200.00 50.00 200.00 730.00 750.00 2,500.00 2,500.00 1,340.00 1,340.00 2,000.00 2,000.00 1,216.00 2,376.00 1,175.00 2,350.00 3,370.00 3,370.00 1,673.00 1,675.00 (c..wd) 1545.776.00 S553,344.00 S576,432.00 S590,110.00 (c..a..4 BASELINE:XLS, 2/9/93, 6 of 14 • • •BID RESULTS SPREAD SHEET• • • PROJECT: Infrastnictio. Construction Of Baseline Ave. & Almeria Ave. Trunk Sewer System Bid Date: Thursday, February 4, 1993 0 2:00 PM Owner: City et Famtarta Fated Unit of th18rii 1 21' V.C.P. Sower (Bain Strength) • 3,504 LF 2 l8' V.C.P. Sewer (B. S.) 2.406 LF 3 12' V.C.P. Sewer (B.S.) 18 LF 4 1' V.C.P. Sewer (B.3.) 171 LF 5 60' Manhole 21 BA 6 Remove Plug & loin 21' V.C.P. 1 BA 7 Sawcut and Remove A.C. Pavement 43,500 SF 8 A.C. Pavement (Baseline Ave) 1.200 Tow 9 ' Remove Hug & loin 18' V.C.P. 1 EA. 10 12' Sewer Plug 1 EA 11 8' Sewer Plug 14 EA 12 Striping 1 LS 13 Trench Shoring, Bracing or Shielding and Appunsaant Work 1 LS 14 Charing and Grabbing 1 LS 15 Pothole Editing Utilities 2 BA 16 21' X 6' Literal Wye 8 BA 17 18' X 6' Wed Wye 44 EA 18 6' X 4' Rdtrcar 52 EA 19 Excavation (Almeria) 1 LS 28 15' V.C.P. Sewer (B.S.) 28 LF 21 15'Sewer Plug 1 EA 22 Apply Dry Hydroeeed Mix On Graded Area Of Almeria Avenue 1 LS 23 Traffic Control Wasnins Signs, Batricadee and All Related Wok 1 LS SJ. Burkhardt, Inc. ltnbo..dy E ions. Vicco Coast. j Wit hiss Tidal Unit laid Unit Edo led Nu 67.50 236,520.00 80.00 280,320.00 76.00 266,304.00 48.00 115,488.00 65.00 156,390.00 68.00 163,6011.00 55.00 990.00 70.00 1,260.00 54.00 972.00 30.00 5,130.00 60.00 10.260.00 50.00 8,550.00 2,400.00 50,400.00 2,100.00 44,100.00 2,000.00 42,000.00 1,000.00 1.000.00 300.00 300.00 100.00 100.00 0.25 10,875.00 0.22 9,570.00 0.30 13,050.00 82.00 96.400.00 28.50 34,200.00 45.00 54.000.00 1,000.00 1,000.00 300.00 300.00 100.00 100.00 100.00 100.00 40.00 40.00 100.00 100.00 50.00 700.00 30.00 420.00 10.00 140.00 2.000.00 2.000.00 1,200.00 1,200.00 2.500.00 2,500.00 4.500.00 4,500.00 12,000.00 12,000.00 16,000.00 16,000.00 7,050.00 7.050.00 6.300.00 6.300.00 15,000.00 15,000.00 150.00 300.00 300.00 600.00 600.00 1,200.00 540.00 4,320.00 180.00 1.440.00 400.00 3,200.00 375.00 16,500.00 160.00 7,040.00 250.00 11,000.00 50.00 2.600.00 8.00 416.00 10.00 520.00 18.000.00 18,000.00 8,000.00 8,000.00 6,000.00 6,000.00 40.00 1,120.00 100.00 2.800.00 60.00 1.680.00 125.00 125.00 50.00 50.00 100.00 100.00 6.000.00 6.000.00 3,800.00 3.800.00 5.000.00 5,000.00 4,987.00 4,987.00 9,000.00 9,000.00 3,000.00 3,000.00 HILADBID.XLS, 2/5/93, 7of14 ***BID RESULTS SPREAD SHEET*** PROJECT: lotrastiucOm Construction Of Baseline Ave. * Almeria Ave. Titioh Sewer System Bid Date: Thursday. February 4, 1993 0 2:00 PM Owner•. City of Fontana ua. Estimated Unit .< jima pntian at Mama QI V Oi.i.i C 24 Brick B Molar Plug 4 BA 2S Remove Existing l4nbole And S LP Ott' V.C.P. Sewer 1 LS 24 4t' h1ashole 1- EA 27 Pipe Oates Per S.B.C.F.C.D. Detail SP 209 2 EA. 2$ Brwioa Co.dzol Sandbags 1 L.S. TOTAL 'MD PRICE• S.1. Burkhardt, lac. Mobaraty Fagiixrig Vicco Coml. Wit Wu 12121 75.00 300.00 1,200.00 1,200.00 1,250.00 1,250.00 1,600.00 3,200.00 1.500.00 1.500.00 8 88 88 8 88 88 88 88 8 88 88 8 $595,555.00 $597,006.00 $622,424.00 I HILADBID.XLS, 2/5/93, 8 of 14 to • • •BID RESULTS SPREAD SHEET• • • PROJECT: lafrastruction Construction Of Baseline Ave. & Almeria Ave. Trunk Sewer System Bid Date: llarsday. February 4, 1993 O 2:00 PM Owner: City et tartans Item Estimated Unit of b!, IlkisfingiLdilm111 thiMili itmli y 1 21' V.C.P. Sower (Extra Strength) 3.504 LF 2 18' V.C.P. Sewer (B. S.) 2,406 LF 3 it V.C.P. Sewer (B.S.) 18 LF 4 8' V.C.P. Sower (B.S.) 171 LF 5 60' Manhole 21 BA 6 Remove Plug A loin 21' V.C.P. 1 . BA 7 Sawcat sad Remove A.C. Pavement 43.500 SF 8 A.C. Pavement (Bamboo Ave) 1.200 Tone f Remove Plug & loin 1S' V.C.P. l BA. 10 12' Sewer Plug 1 BA • 11 8' Sewer Plug 14 BA 12 Striping 1 IS 13 Trench Shoring, Bracing or Shielding and Appurtenant Work 1 LS 14 Charing and Grubbing 1 LS 15 . Pothole Fioatigg Utilities 2 EA 16 21' X 6' Lateral Wye 8 EA 17 IS' X 6' Lateral Wye 44 BA 18 6' X 4' Reducer 52 BA If Furcavatioa (Almeria) 1 LS 20 15' V.C.P. Sower (B.S.) 28 LF 21 LS'Sower Plug 1 BA 23 Apply Dry Hydroscod Mix On Graded Area Of Almeria Avenue 1 LS 23 Traffic Control Warning Signs, Barricades and All Rotated Work* 1 LS Couch A Sone Medea Grbauoc Cons. O.D. Beavers Majich Bros., Inc. Unit hiss Dial Unit ilium Tel Unit hiss: 11IW Unit Prig Idol 78.00 273.312.00 80.00 280,320.00 80.00 280,320.00 79.00 276,816.00 56.00 134,736.00 60.00 144.360.00 70.00 168,420.00 62.00 149,172.00 57.00 1,026.00 50.00 900.00 60.00 1,080.00 43.00 864.00 93.00 15,903.00 45.00 7,695.00 50.00 8,550.00 45.00 7,695.00 2,700.00 56.700.00 3,000.00 63,000.00 2,000.00 42,000.00 2,500.00 52,500.00 250.00 250.00 200.00 200.00 500.00 500.00 500.00 500.00 0.27 11,745.00 1.50 65,250.00 0.50 21,750.00 0.20 8,700.00 50.00 60,000.00 25.00 30,000.00 30.00 36,000.00 40.00 48,000.00 250.00 250.00 200.00 200.00 400.00 400.00 500.00 500.00 50.00 S0.00 100.00 100.00 300.00 300.00 200.00 200.00 25.00 350.00 50.00 700.00 200.00 2,800.00 100.00 1,400.00 700.00 700.00 2,000.00 2,000.00 3.000.00 3,000.00 2,500.00 2,500.00 18,000.00 18,000.00 5,000.00 _ 5,000.00 13,000.00 13,000.00 20,000.00 20,000.00 10,000.00 10,000.00 1,000.00 1,000.00 3.000.00 3,000.00 10,000.00 10,000.00 500.00 1,000.00 200.00 400.00 250.00 500.00 500.00 1,000.00 400.00 3,200.00 300.00 2,400.00 334.00 2,672.00 500.00 4,000.00 300.00 13.200.00 200.00 8,300.00 247.00 10,868.00 400.00 17,600.00 10.00 S20.00 20.00 1,040.00 20.00 1,040.00 15.00 780.00 6.000.00 6,000.00 2,000.00 2,000.00 10,000.00 10,000.00 15,000.00 15,000.00 106.00 2.968.00 65.00 1.820.00 200.00 5,600.00 50.00 1,400.00 100.00 100.00 200.00 200.00 . 300.00 300.00 100.00 100.00 4,000.00 4,000.00 1,000.00 1.000.00 3,000.00 3,000.00 3,000.00 3,000.00 5,000.00 5,000.00 5,000.00 5,000.00 10`000.00 10,000.00 7,500.00 7,500.00 HILADBID.XLS, 2/5/93, 9 of 14 • • • B1D RESULTS SPREAD SHEET • • • PROJECT: Iafrarwction Coostnrctioo Of Baseline Ave. a Almeria Ave. Trim& Sewer System W DMe: Thursday, February 4.1993 O 2:00 PM Omer: City of Fewbo ham FMimated Wit of ki2a itfaliR1911-21111111 24 Brick a Maar Plus 4 BA 25 Remove Exiting Manhole Aod 5 LP Of 8' V.C.P. Saver 1 LS 26 48' Manhole 1 BA 27 Pipe Oates Per S.B.C.P.C.D. Detail SP 209 2 EA. 28 Erosion Control Saodbage 1 L.S. TOTAL 'BID PRICE" a ' Collet a Sooe Mledeo Otbauoc Coors. O.D. B&even Msjich Bros., Inc. I 8 88 88 8 88 88 !Mg kk tt 88 88 8 8N N8 yp� 8 +p C 8O 88 O O 88 O 8 Unit tOfA 200.00 1,000.00 2,000.00 1,200.00 1,500.00 Did 800.00 1,000.00 2,000.00 2.400.00 1.500.00 8 88 88 8 § -- a S624,710.00 $630,285.00 S632,800.00 HILADBID.XLS, 2/5/93, 10 of 14 • **BID RESULTS SPREAD SHEET • • • PROJECT: lnfrastnrction Canals -whoa Of Baseline Ave. & Almeria Ave. Truk Sewer System Bid Date: Monday. Febttary 4, 1993 0 2:00 PM Osman Cily of Fadeout liens &lLated Unit of tiL D nstllLli11 a QuBi v %Mitc 1 21' V.C.P. Sewer (Ban S4ggth) 3,504 LF 2 16' V.C.P. Sewer (IL S.) 2,406 LF 3 12' V.C.P. Sewer (ES.) 11 LF 4 1' V.C.P. Sewer (ES.) 171 LF S 60' Manhole 21 BA 6 Remove Plug & loin 21' V.C.P. 1 BA 7 Sawcut and Remove A.C. Pavement 43,500 SF $ A.C. Pavement (Baseline Ave) 1,200 Ton 9 Remove Plug & Join 11' V.C.P. 1 BA. 10 12' Sewer Plug 1 BA 11 8' Sewer Plug 14 BA 12 aripios 1 LS 13 Trench Shoring, Bracing or Shielding end Apptutenst Work 1 LS 14. Clearing mod Grubbing 1 LS 15 Pblhote aiding UtiWies 2 BA 16 21' X 6' Lateral Wye 8 BA 17 11' X 6' Lmunl Wye 44 BA 11 6' X 4' Reducer 52 BA 19 BYoavalion (Almeria) 1 LS 20 IS' V.C.P. Sower (B.S.) 21 LF 21 IS'Sewer Phu 1 BA 22 Apply Dry Hydroeeod Mix On Graded Area Of Almeria Avenue 1 LS 23 Traffic Control Warning Signs, Barricades and AU Routed Work* 1 LS Jam CoatnclinB Chritove Corp. Kershaw Cams K.B.C. Company Usk ttica INA Us& Ldts T:W Unit bird laid Unit him Tidal 83.00 290.832.00 79.00 276,1116.00 80.00 280,320.00 90.00 315,360.00 65.00 156.390.00 66.00 158.796.00 70.00 .168,420.00 15.00 204.510.00 50.00 900.00 43.00 774.00 200.00 3,600.00 80.00 1.440.00 40.00 6.840.00 36.00 6,156.00 100.00 17,100.00 65.00 11,115.00 2,500.00 52.500.00 2.700.00 56,700.00 2,000.00 42,000.00 2,400.00 50,400.00 350.00 350.00 150.00 150.00 1,000.00 1,000.00 225.00 225.00 0.60 26.100.00 0.31 13,485.00 0.50 21.750.00 0.25 10,875.00 38.00 45.600.00 43.00 51.600.00 40.00 48,000.00 51.50 61.800.00 350.00 350.00 75.00 75.00 1,000.00 1,000.00 140.00 140.00 100.00 100.00 65.00 65.00 500.00 500.00 75.00 75.00 75.00 1,050.00 10.00 140.00 100.00 1,400.00 15.00 210.00 1.800.00 1.800.00 5.000.00 5.000.00 5,000.00 5.000.00 4,465.00 4.465.00 15.000.00 15,000.00 7.000.00 7.000.00 20,000.00 20,000.00 1,000.00 1,000.00 2,500.00 2.500.00 39.794.00 39.794.00 12.000.00 12.000.00 1,000.00 1,000.00 800.00 1.600.00 250.00 500.00 500.00 1,000.00 500.00 1,000.00 500.00 4.000.00 550.00 4.400.00 500.00 4,000.00 455.00 3,640.00 380.00 16.720.00 450.00 19,800.00 400.00 17,600.00 335.00 14,740.00 10.00 520.00 50.00 2.600.00 100.00 5.200.00 26.00 1.352.00 10.000.00 10,000.00 11.496.00 11.496.00 5.000.00 5,000.00 8,800.00 8.800.00 40.00 1.120.00 52.00 1.456.00 200.00 5,600.00 10.00 2.240.00 75.00 75.00 70.00 70.00 500.00 500.00 130.00 130.00 4,000.00 4,000.00 6,592.00 6.592.00 5.000.00 5.000.00 3,600.00 3.600.00 5,000.00 5,000.00 4,500.00 4,500.00 5,000.00 5,000.00 5,500.00 5,500.00 HILADBID.XLS, 2/5/93, 11 of 14 PROJECT: Wrast uctioe Construction Of Baseline Are. A Almeria Ave. Trunk Sewer System Bid Date:11wndsy, February 4,1993 0 2d0 PM Owmar: City of Fertama Its fits BiSdlittithlea 24 Brick & Motor Plug 25 Remove Miring Mental. And 5 LP Of V.C.P. S.wr 26 411• Manhole 27 Pipe Oates Per S.B.C.F.C.D. Detail SP 209 211 Erosion Coated Saodbesa TOTAL 'IUD PRICE" e • *BID RESULTS SPREAD SHEET** • Estimated Unit s1 4 BA 2 1 LS BA EA. L.S. tJana Contracting C giieve Corp. Konhow Coen K.B.C. Company N r r ten. Viet 88 88 g Ng Nmp S+ g� S� O O Op pO pO 8 8 8 8 8 Veit Unit that him hial Nu TAU $ki Idol 75.00 300.00 500.00 2,000.00 175.00 700.00 450.00 450.00 5,000.00 5,000.00 1,000.00 1.000.00 1,200.00 1.200.00 2.000.00 2.000.00 1,230.00 1,230.00 550.00 1,100.00 2,500.00 • 5,000.00 950.00 1,900.00 5.045.00 5.045.00 5.000.00 5,000.00 2.300.00 2,300.00 S651,747.00 5676,060.00 $619,990.00 $710,747.00 HILADBID.XLS, 2/5/93, 12 of 14 • • °BID RESULTS SPREAD SHEET• • • PROJECT: Iafrsstruction Construction Of Baseline Ave. A Abstain Ave. Truth Swer System Bid Date: Thursday, February 4.1993 • 2.00 PM Owner:ly of Faulima Item Ni. Denali L.111 .1 Estimated Unit of 4sllll v 1 21' V.C.P. Sewer (Extra Suing ) 3.504 LF 2 IS' V.C.P. Sewer (B. 3.) 2.406 LP 3 12' V.C.P. Sewer (ES.) It LF 4 11' V.C.P. Sewer (B.S.) 171 LF S 60' Masbate 21 EA 6 Remove Plug t loin 21' V.C.P. 1 BA 7 '. Sswcut and Remove A.C. Pavement 43.500 SF $ A.C. Pavement (Baseline Ave) 1,200 Tons 9 Radium Plug t loin IS" V.C.P. 1 EA. 10 12' Sewer Ping ' 1 BA 11 1' Seer Rag 14 BA 12 Striping 1 LS 13 Trench Shoring. Bowing or Shielding and Appmuaast Work 1 IS 14 Clearing and Grubbing 1 LS 13 Pothole Existing Utilities 2 BA 16 21' X 6' Laurel Wye $ BA 17 1$' X 6' lateral Wye 44 BA 10 6' X 4' Reducer 52 EA 19 Excavation (Almeria) 1 LS 20 15' V.C.P. Sewer (B.S.) 2/ LF 21 15'Sewer Plug 1 BA 22 Apply Dry Hydroaocd Mix On Graded Area Of Almeria Avenue 1 LS 23 Traffic Control Warning Signs, Barricades sad All Related Work* 1 LS Miramooles Coots. Peter C. David Co. Stanley Yelici, lao Unit Lobs 12111 Unit No . 12111 INCOMPLETE 0ID Unit Litt Tad S9.00 311,156.00 104.00 364,416.00 59.00 206,736.00 16.00 206,916.00 96.00 230,976.00 56.00 134.736.00 120.00 2.160.00 150.00 2,700.00 45.00 $10.00 60.00 10,260.00 150.00 25,650.00 40.00 6.140.00 2.500.00 52.500.00 2.500.00 52,500.00 2,200.00 46,200.00 100.00 100.00 2.500.00 2,500.00 100.00 100.00 0.50 21,750.00 0.50 21.750.00 0.15 6,525.00 57.00 61.400.00 40.00 41,000.00 51.00 69,600.00 100.00 100.00 2.500.00 2,500.00 300.00 300.00 50.00 50.00 100.00 100.00 50.00 50.00 25.00 350.00 100.00 1,400.00 40.00 S60.00 5,000.00 5.000.00 2.000.00 2,000.00 2,500.00 2,500.00 10,000.00 10.000.00 20,000.00 20,000.00 0.00 0.00 10,000.00 10,000.00 5,000.00 5.000.00 2,000.00 2,000.00 500.00 1,000.00 500.00 1,000.00 250.00 500.00 500.00 4.000.00 300.00 2,400.00 150.00 1,200.00 500.00 22.000.00 200.00 1.100.00 115.00 5.060.00 10.00 • ' 520.00 75.00 3.900.00 2.00 104.00 14.400.00 14.400.00 25.000.00 25.000.00 11,500.00 11.500.00 100.00 2.100.00 150.00 4,200.00 50.00 1.400.00 100.00 100.00 100.00 100.00 90.00 90.00 2.500.00 2,500.00 3.500.00 3,500.00 3,000.00 3.000.00 5,000.00 5,000.00 7,500.00 ,7,500.00 2,500.00 2,500.00 HILADBID.XLS, 2/5/93, 13 of 14 PROJECT: Infrastructure Coastnrctioe Of Bandies Ave. b Almeria Ate. Truk Sewer Syetert • • • BID RESULTS SPREAD SHEET• • • Bid Data Tbursdw, February 4.1993 0 2:00 PM Oman Ciq et Ewes haw iiihnated hail of MOINCiljeljukm 11061 24 Brick & Moser p 4 BA 2S Rameve B:irtigg Manhole And S LP Of $• V.C.P. Sewer 1 LS 24 4$ Manhole d BA 27 Pipe pates Par S.B.C.P.C.D. Detail Sr 209 2 BA. 2$ Brooke Control Sandbags 1 L.S. TOTAL *BID PRICE' INCOMPLETE BID Unit hail hist Ttltl !�! . hid srW 400.00 300.00 l00.00 �� T 1.200.00 50.00 200.00 2,500.00 2.500.00 2.500.00 2,500.00 500.00 2.000.00 2.000.00 1.500.00 1.500.00 1,800.00 ,500.00 ,W0.00 500.00 1.000.00 1.000.00 2,000.00 1,200.00 2,400.00 10,000.00 10.000.00 1.000.00 1.000.00 1,800.00 1,800.00 8767,662.00 S844.092.00 "' Comactor Failed To List The Bid price For Contract hewn No. 13'Trench Shoring. BaeiaC or Shieidi.g sad Anemone Work. BASELINE.XLS, 2/9/93, 14 of 14 - ' AGENDA ITEM; • CITY COUNCIL ACTION REPORT- DECEMBER 15. 1992', CONSENT CALENDAR Meet i ng Date Agenda: Placement TO: Mayor and City Council FROM: Community Development Department SUBJECT: Authorization to Advertise for Bids- Baseline/Aimeria,--., Sewer Project. RECOMMENDATION,: TO AUTHORIZE COMMUNITY DEVELOPMENT DEPARTMENT TOtADVERTISFFORZBIDS FORTHE: CONSTRUCTION OF A SEWER TRUNK LINE ON BASELINE ROAD FROM BEECIVAVENUE TO.: ALMERIA-. AVENUE AND, NORTH, ON. ALMERIA, AVENUE TO WALNUTSTREET (NORTH FONTANA) REDEVELOPMENT PROJECT AREA) BUDGET IMPACT: I1 Na: I Funding-7Genera - Source:, Li -Fund; BUdgetr Ira' Sewer (071) Fund Budget II Bond Proceeds-. 1,1. Developer Deposits Funds, in: the amount of' $911,386 for the Baseline/ATme.rtao.,Seweet-,Project are, budgeted in the Fiscal Year92/93. Budget under Sewer-FundVAccount No -..t 071-7243' (Page. 6). , •",. , . ENVIRONMENTAL. IMPACT: 1X.11- Yes 1_1 No The construction of public facilities is referenced in the Environmental, Impact Report (EIlly certified on December 21,. 1982 by: the City:Council" and the Redevelopment Agency for the North Fontana Redevelopment. Marti In addition, on November 17, 1992 the City Council adopted a Mitigated Negative Declaration for the. Baseline/Almeria Sewer Project (Page 4). • 2 BACKGROUND: In June 1992, the Redevelopment Agency commenced construction of a local sewer system within the Highland Haven area of North Fontana. In order for the sewer system to be functional within the Highland Haven area upon its completion (estimated around December, 1992), a sewer master trunk line on Baseline Road from Beech Avenue to Almeria Avenue and on Almeria Avenue from Baseline Road to Walnut Street must be constructed. (the Baseline/Almeria Sewer Project) In December 1990, when Tract 12314 was recorded, it was anticipated that the owner, Presley of Southern California, would construct the Baseline/Almeria Sewer Project as part of development of their Tract 12314 in the Rancho Fontana Specific Plan of North Fontana (see attached map, Page 5). Presley was going to construct the Almeria sewer line as it is encompassed within the limits of their proposed development and because the conditions of approval for the Tract require Presley to dedicate to the City the public easements, however, subject to improvement. Therefore, the necessary easement was originally contemplated as part of the Tract Map. Subsequently, Staff was advised by Presley that they had no plans to proceed with development of Tract 12314 in the foreseeable future. In anticipation that Presley was not going to move forward with their development plans, and to facilitate completion of the Highland. Haven Sewer, the City budgeted funds in the 1992-93 Sewer Improvement Fund to construct the Baseline/Almeria Sewer Project. On September 7, 1992, in response to a formal request by the City to grant the sewer easement, Presley informed the City that they were unwilling to do so until several unrelated issues were resolved. On November 17, 1992, the City Council adopted a Resolution of Necessity declaring the City's intent to acquire the sewer easement through eminent domain proceedings so that it might proceed with construction of the Baseline/Almeria Sewer Project. ANALYSIS AND JUSTIFICATION: This Project will provide a 21 inch sewer trunk line on Baseline Road from Beech Avenue on the west to Almeria Avenue on the east and an 18 inch sewer line on Almeria Avenue from Baseline Road on the south to Walnut Street on the north. The construction of the Baseline/Almeria Sewer Project is required in order to provide sewer service to the North Fontana area (which includes the Highland Haven area) ultimately serving 5,100 dwelling units and 800 acres of future commercial property. Without this Project, development in the area between Beech and Citrus Avenues, north of Baseline Road within North Fontana will not take place and the sewer system, currently nearing completion in Highland Haven, will not be functional, resulting in continuing adverse impacts to the health and quality of life of persons residing in the affected area. Plans and specifications have been prepared by Madole & Associates, Presley Company's engineering firm and reviewed and approved by the City's Engineer. Plans and specifications are on file with the City's Engineering Division. a ATTACHMENTS Page 4, -.Minute Excerpt of November 17, 1992 City Council meeting. Page-6— Project Location Map Page 6 - 92/93 adopted. Budget -Sewer Improvement, fund (071) SUBMIT1ED BY:1 / " REVIEWED BY:. RECOMMENDED BY:: Greg H er \ C ark A sop » fy.Corey Community Devel pment Steve Deitsc fit Manager Director City Attorney GH:GV:lp Mina] • City of Fontana CALIFORNIA December. 1, 199t EXCERPT OF THE UNOFFICIAL AND NOT YET APPROVED MINUTES OF -THE NOVEMBER 17. 1992 REGULAR FONTANA CITY COUNCIL MEETING:. "Motion made by Council Member Abernathy, seconded by Council Member Eshleman to.. (1) City Council to conduct a hearing to consider the adoption of a resolution of necessity. (2) Adopt a mitigated Negative Declaration and California Fish and Game De Minimis Impact Finding and direct staff to file the Notice of Determination and Certificate of Fee Exemption for a proposed project which includes the acquisition of a sewer easement on Almeria Avenue between Baseline Road and Walnut Street and for construction of a sewer on Baseline Road from Beech Avenue to Almeria Avenue and north on Almeria Avenue to Walnut Street. (North Fontana) (3) Adopt Resolution No. 92-153, declaring that the acquisition of an easement within certain real property (Tract No. 12314)- by eminent domain is necessary for construction of underground sanitary sewer line facilities (Baseline/Almeria Sewer. Project). Motion carried by a vote of 4-0. AYES: Mayor Boyles, Council Members Abernathy, Eshleman, Freeman NOES: None ABSENT: Council Member Murray' LSN:vm Linda S. Nunn,: CMC Deputy City Clerk 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA CALIFORNIA 92334-0518 • (714) 350-7600 SISTER CITY- KAMLOOPS, B.C. CANADA r_I� II •lf ti•t!INI 1 'AL CONTROL - . A L TRAFFIC ONLY SEWERL PNROJECT RIA I IN )11 HIGHLA 7 ••„•••►• .••• .••• i MILES jai �I .ter 31 II •••t• w• r L - --SASE LINE/ALMERIA SEWER PROJECT O Ay A 4 I-.' I•.._••• - "7- 7=jiiii-j 111,_ _ 11-7:jj)- Lir .L (hII �I f..•..�� Jf 1I,1(il II II II II I(d CITY OF FONTANA -93 ADOPTED BUDGET SY PROGRAM SELER IMPROVEMENT FUND (071) EXPENSE CATEGORY 1992-93 1992-93 1992-93 , 1992-93 1992-93 1992-93 071-7244 071-3920 071-7218 071-7230 071.7239' 071-7243 PRE -TREAT ADMIN FTNL/BEECH PISTE SUR PLN TREE REPLC BSLM/ALMERIA - 5E-c 3700 PRINCIPAL PAYMENT 0 3800 POSTAGE COSTS 0 3801 PHOTOCOPY COSTS 0 3802 DENTAL COSTS 0 3803 OFFICE SUPPLIES 0 3900 EQUIP/FURNITURE < SSOO/UNIT 0 996 TOTAL OPERATING EXPENSES 5,000 6,940 0 0 0 300 CONTRACTED PROFESSIONAL SERVICES• 4000 LEGAL SERVICES 50,000 5,000 10,000 4100 ACCOUNTING & AIEIITING SERVICES 50,000 4200 ENGINEERING SERVICES 4,050,000 20,000' 680)00 4210 PLAN CHECK SERVICES 0 4220 INSPECTION SERVICES 0 4300 CONSTRUCTION COSTS 0 4600 OTHER PROFESSIONAL SERVICES 50,000 5,000 . 807,129 TOTAL CONTRACTED PROF SERVICES 4,200,000 5,000 10,000 20,0005,000 875,129 INTERNAL SERVICE CHARGES SY OBJECT 2600 VEHICLE MAINTENANCE 2700 DATA PROCESSING CHARGE 3000 RISK LIABILITY 0 7,196 TOTAL INTERNAL SERVICE. CHARGES 7,196 0 0` 0 0 0 CAPITAL OUTLAY SY OBJECT 5100 VEHICLES i ROLLING STOCK 0" 5200 MAINTENANCE & TESTING EQUIPMENT 0 5300 OFFICE EQUIPMENT 6 FURNITURE 0 5400- LAND S PJILOINGS 0 6080" PROJECT IMPROVEMENTS 0 6090 DISPOSAL COSTS 0 6120 COST OF ISSIWICE' 0 TOTAL CAPITAL OUTLAY OPERATING TRANSFER TOTAL ST OBJECT 0 0 0 0 0 4,263,517 . 33,829- 16,752_. 27,8E6- 10,265 913,386 assassum usassassames sempusessm. as 1111i1i111i 7 CITY OF FONTANA 43 ADOPTED BUDGET SY PROGRAM SEWER IMPROVEMENT FUND (071) • EXPENSE CATEGORY 1992-93 1992-93 1992-93 1992-93 1992-93 1992-5 071-7244 071-3920 071-7218 071-7230 071-7239 071-7243 PRE -TREAT ADMIN FTNL/UEECN NSTR S:M PLN TREE REPLC $SLN/ALMERIA PERSONAL SERVICES S51,321 S21,889 S4,782 S7,884 S5,263 S37,957 OPERATING EXPENDITURES 4,000 6,940 0 0 0 300 CONTRACTUAL SERVICES 4,200,000 5,000 10,000 20,000 5,000 875,129 INTERNAL SERVICE CHARGES 7,196 0 0 0 0 0 CAPITAL EXPENDITURES 0 0 0 0 0 0 OPERATING TRANSFER 0 0 0 0 0 0 TOTAL SY CATEGORY S4,263,517 $33,829 $14,782 S27,884 S10,265 S913,386 0.80 0.30 0.09 0.120 0.09 0.58 PERSONNEL SY OBJECT 1100 FULL-TIME EMPLOYEES 37,561 15,943 3,406 5,754 3,806 27,449 1155 ANNUAL LEAVE PAYOFF 1,728 733 157 265 175 1,263 1200 PART-TIME EMPLOYEES 0 1300 OVERTIME 0 1400 SPECIAL DUTY PAY 0 1600 INCENTIVE PAY 0 26 208 1800 POLICE UNIFORM ALLOWANCE 0 1900 AUTO ALLOWANCE 0 1902 PERS RETIREMENT 6,056 2432 SSG 927 618 4,424 190S CAFETERIA BENEFIT PLAN 4,868 2,124 544 760 548 3,8"- 1908 FICA HOSPITALIZATION 526 291 4G 53 1909 WORKERS' COMPENSATION 582 218 6S 87 65 4c, 1910 UNEMPLOYMENT INSURANCE 0 TOTAL PERSONNEL 51,321 21,88E 4,782 7,884 5,265 37,957 OPERATING EXPENSES SY OBJECT 2000 DEPARTMENTAL EXPENSES 5,000 2,625 2100 UNIFORM SUPPLIES 0 2200 ADVERTISING 0 300 300 2300 COMMUNICATIONS 0 1,360 2400 UTILITIES 0 2500 RENTS 8 LEASES 0 7S9 2610 AUTOMOTIVE PARTS 0 2611 FUEL AND OIL 0 2612 TIRES AND TUBES 0 2800 EQUIPMENT MAINTENANCE 0 300 3000 INSURNCE SETTLEMENTS 0 3100 MEMBERSNI►S 8 DUES 0 3200 CONFERENCES, TRAINING, MEETINGS 0 3210 ORGANIZATIONAL TRAINING 0 3400 MISCELLANEOUS EXPENSES 0 3450 DEPRECIATION 0 3500 EMPLOYEE EDUCATION REIMES 0 600 3600 INTEREST EXPENSE 0 CHECK LIST FORM TOP SHEET IN THE FILE PROJECT NAME: BASEL J end ALiAc R4A —RR LA ( LOCATION: (ASALNet AviNu4 - [3 .H t . AI►.►ver:e. Ave - / let:a_Ave-64sel; fo I. .ii 1 CFD/RDA/ASSESSMENT DISTRICT: CONSTRUCTION MANAGER: PROJECT MANAGER: YDuStAF DESIGN ENGINEER: PATS N w A LA SOILS ENGINEER: C. H . �i- .� oc o l2 PdtZAT�D CONSTRUCTION INSPECTOR: JIM kA NKI N CONTRACTOR: ALr3412T In), DAvles PROJECT AWARD DATE: IM w2c++ Z , 199 3 PROJECT COMPLETION DATE: CONTRACT AMOUNT: $ 4 6 4, OZO ° TOTAL CHANGE ORDER AMOUNT: / (B) 210, 44- PERCENTAGE: '3.922b. BEFORE FINAL ACCEPTANCE BY COUNCIL THE FOLLOWING ITEMS MUST BE CHECKED: YES NO A. Final Inspection with City Operations staff. and sign off B. Record drawings submitted to City C. All punch list items completed D. All construction permits signed off E. Recommendation letter for acceptance by inspector/facilities engineer F. Contractor acceptance letter to final pay quantity and contract change orders G. Any stop notices or claims on the project? (If yes, project cannot be finalized) H. Project file complete FINAL ACCEPTANCE DATE BY THE COUNCIL eptevyl be r �/ 199 3 NOTICE OF COMPLETION FILED ON Ge :404,12er- 8 ( 1993 RETENTION MONEY RELEASED (Yet ,, 2_5 091. LAW o'IICCS or BEST, BEST & KRIEGER NOTE: THIS MEMORANDUM HAS NOT YET BEEN REVIEWED BY THE CITY ATTORNEY AND MAY BE SUBJECT TO REVISION. CONFIDENTIAL NOT FOR PUBLIC DISCLOSURE ATTORNEY -CLIENT PRIVILEGE May 3, 1993 MEMORANDUM TO: Robert W. Weddle, P.E. City Engineer FROM: City Attorney RE: Property Acquisition Status The purpose of this memorandum is to provide you with an update on the various real property and right-of-way acquisition matters being coordinated or handled by our office on behalf of the City of Fontana or the Fontana Redevelopment Agency. We encourage your questions and would be pleased to discuss any of these matters with you or members of your staff in greater detail. Auto Mall Property Acquisition #17529.0102 Staff is considering whether it is appropriate to obtain updated appraisals of the properties being considered for this project. In the meantime, the project is on hold. - Baseline -Almeria Trunk Line/Highland-Haven Project (North Fontana) /17529.0400 i Because Presley has dedicated the necessary sewer easement to the City, we have dismissed the eminent domain action and are requesting that the money deposited as probable just compensation for the easement be returned to the -City._-___--__ _ Empire Center Street Improvement Project /16498.0306 The deed for the street and public utility easement needed from the property located at the southwest corner of ,Jurupa and Sierra LMN164647 LAW OFFICES or BEST, BEST & KRIEGER • 1MH164647 Avenues has been signed by the property owners and recorded. Therefore, it will not be necessary to institute eminent domain proceedings to acquire the easement. The only outstanding parcel with respect to this project is that of Rosemead Properties, which is the subject of an eminent domain action. Settlement negotiations are ongoing with Rosemead Properties. Fire Station No. 78 #17529.0402 (North Fontana) Owner participation was invited, but no responses were received within the prescribed time limit. The appraisals of the proposed fire station site and the access road rights -of -way have been completed and are being reviewed by our office. We will assist staff in presenting the appraisals to the City Council for approval and authorization to make offers to the property owners. I-10 Channel to Valley Boulevard Storm Drain #16498.0172 Mr. Lemme has accepted the City's last offer for purchase of the storm drain easements. A purchase and sale agreement and the appropriate easement deed have been prepared and are being presented to Mr. Lemme for signature. Jurupa Avenue Condemnation /16498.0225 Staff is still attempting to resolve the developer's concerns prior to dedication of the necessary easement. We have been instructed to not actively pursue the eminent domain action in anticipation that the property owners will dedicate the easement once their concerns about out -parcel assessments, use of the sewer and storm drain facilities, and other issues related to development of their property, have been resolved. Marygold Avenue Street Improvements /16498.0173 This project is still on hold pending execution of a reimbursement agreement with Kaiser, the terms of which are still being negotiated. Sierra Avenue and Valley Boulevard Improvements /17529.0503 We have prepared 'a subordination agreement for FFCA/IPI 1985 Property Company's security interest in the property, which will be sent to FFCA/IPI for execution upon escrow's approval of the form. We anticipate that escrow will request closing funds from the City as soon as it receives the signed subordination agreement. The GRC settlement documents have been signed by the parties and are being presented to the court for approval and filing. We are continuing to prepare for trial against Galardi Group (Der Wienerschnitzel), which is scheduled for June 21, 1993. The matter LAW OFFICES OF BEST, BEST & KRIEGE• LMH164647 will be presented to the City Council in closed session on May 18th to obtain settlement authority. Slover Avenue and Slover and Cherry Avenue Improvements #16498.0170 Negotiations are ongoing with Rosemead Properties for purchase of the necessary rights -of -way. However, because Rosemead Properties is unwilling to grant the City an interim right of entry to begin construction of the improvements, staff is obtaining an appraisal of the property interests to be acquired in the event it is necessary to acquire the property through eminent domain proceedings. We will keep you advised on all of these matters. cc: Jay M. Corey, City Manager Ken Jeske, Interim Community Development Director James R. Strodtbeck, Redevelopment Project Coordinator Maggie Pacheco, Redevelopment Project Coordinator Wil Jenson, Redevelopment Project Coordinator Gregory J. Bucknell, P.E., Project Manager/Special Projects Felipe Molinos, Principal Engineer Clark Alsop, Esq. Stephen P. Deitsch, Esq. -3- BEST BEST & KRIEGER IW146820734 BEST, BEST & KRIEGER ARTHUR I . IJTILRWORTM• BLLTN C. 5IU HLNIM WKJJAM R. D.WOL/E• BARTON C. GAUT• PAWL T. SELZER• DDALI.A HO M•• ISTOPHER AR14NT7<iM RICKIARD I. AIDERioN• JOHN D. WAHUM. MICHAEL P. HNMIE• W. CURT EALY• THOMAS S. SLOVAK• JOHN E. BROWN* MICHAEL 1. 140DELL• MEREDITH A. JURY* MICHAEL GRANT• HARMS J. DAUM* ANNE T. THOMA * D. MARTIN NETHERY• GEORGE M.REYES WILUAM W. FLOYD, JR. MICHAEL A. CRONY* GREGOR/ L. NAIWIt KENDALL H. MMVEY CLANK II. AL$OI • DAVID J. ERWIIM MICHAEL J. AND.LSON■ •APPIWFAIWWWLOCWORATION A PARTNERINPINOUNIN INNEN lr.a ouNNNAIIOIS LAWYERS DOUDIAS S. PRELIM* ANIOINA GRANO* OREOONY K. WILKINSON WYNNE S. FURIN Gray, ▪ L. BARON EUGENE TANAKA T, CHAPMAN 11MOIHY M. CDMVOK WOLF VICTOR IRS eIIVI a ER OANED. J. MNNUGH HOWARD B. GOLDS S TEPHEN P. OCITSON MARO E. EMPCY JOHN R.ROTTSCHAEFER MARTIN A. MUEI4.FR J. MICHAELSUMMEROUP VICTORIA N. IONS JEFFERY J, ORAMOAI I SCOTT C. SMITH JACKS, q.ARKE, JR. DRUM M. LEWIS JEANNETTE A. PETERSON BRADL EY C. NFUrl1 I) RAELIKL TRAIINUM ALLEN WILUAM D. DAHUNS, JR. MATT II. MORRIR JUFRLY V. DUNN ITCWN C. O.RAUN BRANT H. DWAI IN FR1O I . GARNNR DENNIS M. OOTA JUl IF HAYWARD DIGGS RA CHELLE 1. NI OLLE ROSERT W. NARORFAVI JAMOC 1.. WLIB SHARYL WALKER PATRICK W.PFARCF KNRC W. %WIIII JASON D.OASAREINER KYLE A. SNOW MARK A. (AiILN OWN L. MICHELL E FINLEYOUEWTTII M: H.N M. BMBAAOK DAVID P. PNIPPEN SR. KPNFNTH R. WcII4 SUSAN O. NAUSS OIIRISIOPHER DODSON EICNNK. L. MIILUAMEON ELASNE E. HILL KEVIN K. RANDO(M1 JAMES IL GN IN DEC 79lip�yes MARSHALL G. RUDOLPH KIM A. WRENS CYNTINA M.OLRMNIO MARY E. OLITRAP NGUYEN b. f i1AH DANIEL C. PARKF I, JR, OINEVRA O. MARINA CHARLES E. IWLLER Ol[MN P. SAON(C GIRIST=NE L RICHARDSON JOANE OARCIA.COI SON I IlUP J. KOUILCR MANE D. WIESE aTEVEN s.KAUFHOLD RFOFCCA MANES DURNL'Y . ALLISON C. HARGRAVE DOROTHY I. ANDERON D. NENRY No l IA JAW* W. HARPER 01MA O. HARRIS RAYMOND BEST (18811.1057) JAMES II. KRIESCR (1913.19751 EUGENE BEST 41111112.1061) 7 *pi TAX : TO: Bob Weddle, City Engineer City of Fontana FROM: Lisa M. Hjulberg, Legal Asst. DATE: December 31, 1992 TIME: 10:20am RE: Baseline/Almeria sewer Project PAOES: (including this cover sheet:) 3 10:54 No.008 P.01 ra.E:147. VV1N j 11 400 MISSION SQUARE 37150 UNIVER3ITY AVENUE POSY OFPIOS SOX 102s RIVERSIDE, CALIFORNIA 02302 TELEPHONE C/14)615-145o Inman ERG (714)sss.30a3 • 602-451s 01 COUNSEL JAMES B. CORDON orncEs IN PALM SPRINGS Di19)325.7264 RANCHO MIRAGE (s1P)3b34511 ONTARIO (7411 vas-a054 Telefax Number: 350-6618 XEB�AGBI Bob, enclosed is a copy of the letter we recently sent to Maggie Pacheco concerning the status of acquisition of the sewer easement from Presley of Southern California. If you have any questions, please do not hesitate to call. NOTE: Please call '(714) 686-1450, extension 385, if there is any problem in receiving this transmission. LMH146851 BEST BEST & KRIEGER 167146820734 DEC 1192 10 :54 ~ No .008 P .02 MINIM L. I ITTLT WORTH• OLCN C. 6TcrHc116• BM C. O WT ��• BEST, BEST St KRIEGER Aq*TM,AU0.i1LN..1 POOILmNAL C ommiIMN LAWYERS DOUOLAl S. FMLLIPS• ANTOMA ORAPHOS GRLOORY IL. WILKINSON W YNN€ S. runts DAVID L. CAROM O ALW HOLMES* worn TANAKA CMIMITOIIKII L. CAIIILNICN• BASIL T. CHAPMAN IDCHMO 1. ANOER$OM• TIMOTHY M. OONNOR JOHN Q. WAHLIN• VICTOR L. WOO MIGNAF` 0. MARRIS• CANONM C. OLLR W WPM/ w OAPUCL J. McHUGH HOWARD R. BOLOS 6TCINCN I. DOWN MARC E. CIVET JOHN R.ROTISCHACTCR MARTIN A. MUELLER J. MIOHALl 6UMMCNQ( M VICTORIA N. RING jFtirl J. TT TH� SCOC MM JACK D. CLARKE, JR. ORNW M. LEWIS JEANNETTL A.ICICRSON MW. C. NLUFSLD O ITt ALLEN rust K. TRAYNUM SILUAM O. (AHUNO, JR. 1H0TAA$ i. iLOYAK• JOHN R. •ROTWI• MICHAEL T. RIDOELL' MIOHAILL GRANT• FRANCIS J. DAUM• A INL T. TNOMAC. O . MARTIN NETHERT• OtORDt M. RM. MIICHAAEEL. A. CIRR• R. SLL M TT O ANO J. ERWIN• MICHAEL J. ANPELRON■ •A FAatMM.K ao■.auwN MATT H. MORRTI AFT PELT V. DUNN STEVEN C. D.OAUN � ERIO L. ONu (G OLNNI* M. COTA JUU( HAYWARD Maas KACIKIIt J.NICOLLC ROOLRT W. HARORUAVI$ JANK:L L. WEIR CHARM WALIO.A IATISCIl W. IEARCE MINI W. SMITH JMON D. DAOAREOIIA KTIE A. SNOW MARK A. cAA)CR DUNE L. TINLEY M.CHCLL( oIcuTKIC rETLS M.0AvoIp1IT(IWAN � KENNCIHRWLRE SUSAN O. NAUII CHRI$TOh1ER 000304 ' TANK 1. WQI IAM1ON FLANK L. HILL Kim K. NN I00LFM JAMES R. ouMN MARSNALL O. RUOCI?H KRA A. OMENS CYN M. annals° IA an.SIPAP NOLTTEN O. FHAN OAHU O. IMAM. J4. cacHWIA C. MARUM CHHARLI C. mute' TIKNN P. SABINE pIiSON �, ? �ARICH ON FRYllr J. KOCHLLR NAM O. WICK WWI S.KAUTHOLO INOCCOA MARCO OURNCV ALL MON C. HARGRAVE DOROTHY L ANOLRSON B. IMPORT WELL CO JAMCS R, HARPER • DINA o. HMRIO RAYMOND CLOT HOW Han JAMIS H. KRKOER URI3-10711 t131LNL BLOT 0391.19311 December 29, 1992 JA 1601MILE AND FIRST CT, ASS MAIL Maggie Pacheco Redevelopment Project Coordinator City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Re: Baseline -Almeria Sewer Project Dear Maggie: 400 MIMION SO JARE STAG UNIVERSITY AVENUE posy OFFICE BOX 1028 RIVER'i10E, CAU,FORNIA 42902 TELEPHONE T7141606.1450 TCLE00PIER8 0141 6804008 1652.4812 OF COLRI$LL JAMtS I. teams eructs 01 PALM SIRINGI 1610T330.1163 RANCHO MOIAQL (619I561.2611 ONTARI0 Q 14) 0E9-4964 On Tuesday, December 22, 1992, a Complaint in Eminent Domain was tiled on behalf of the City of Fontana to acquire a sewer easement front Presley of Southern California for construction of the Baseline -Almeria Sewer Project. At that time, we were also successful in obtaining an order for prejudgment possession which authorizes the City to take possession of the easement 10 days after service of the Order for Possession on the property owners. Presley of Southern California was served with Summons, Complaint, Order for Possession and related documents on December 23,1992. Therefore, the City will be entitled to possession of the easement on January 3, 1993. However, it is possible that the property owner may challenge the Order for Possession or the City's right to take the easement. Presley has 30 days within which to move to set aside the Order for Possession and/or raise a right-to- BEST BEST & KRIEGER .7146820734 DEC 3110:55 No.008 P.03 ,, womc[iO, 1 • BEST, BEST & KRIEGER Maggie Pacheco Redevelopment Project Coordinator December 29, 1992 Page 2 take challenge. While it is unlikely that they w111 prevail in either case, the risk must be considered prior to the City taking actual possession of the easement and building the works of improvement. I have already received a telephone call from Presley's counsel inquiring as to the reasons the City is proceeding with condemnation. I responded that the City needs possession now in order to complete construction of the sewer project, but that this should have no effect on negotiations for the sewer reimbursement agreement. However, I would not be surprised if Pressley attempts to challenge the Order for Possession, contending that it is an attempt by the City to obtain leverage in these negotiations. Because we are now in litigation, it is important that 1 be kept informed of the status of the negotiations. If you wish to discuss this further or have any questions, please do not hesitate to call. Very truly your:, (61, 44 Kendall H. MacV of Best, Best & Krieger cc: Jay M. Corey, City Manager Greg Huisizer, Community Development Director Stephen P. Deitsch,Esq., City Attorney I s�`�-1O&798 RECORDING REQUESTED BY CITY OF FONTANA WHEN RECORDED MAIL TO: CITY OF FONTANA P. O. BOX 518 FONTANA, CA 92334 ATTN: ENGINEERING APN - ADDRESS •- BUILDING PERMIT - DIVISION Recording Fees Exempt Pursuant to Government Code §27383 NONE (ALMERIA AVENUE AND WALNUT STREET) N/A ALMERIA AVENUE TRUNK SEWER DOCUMENTARY TAX DUE: NONE BY: EASEMENT DEED THE PRESLEY COMPANIES, A CALIFORNIA CORPORATION, FORMERLY KNOWN AS PRESLEY OF SOUTHERN CALIFORNIA, A CALIFORNIA CORPORATION (Grantor) FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, does hereby grant to the CITY OF FONTANA, a Municipal Corporation (Grantee), a non-exclusive, non -assignable easement for street, highway and public utility purposes over, under, and upon the real property in the City of Fontana, County of San Bernardino, State of California, described as follows (Property): PARCEL 1: THAT -PORTION OF TRACT' NO. 12314 IN THE CITY OF FONTANA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, AS SHOWN ON MAP BOOK 240, PAGES 3 TO 10 INCLUSIVE, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, INCLUDED WITHIN A STRIP OF LAND 64.00 FEET WIDE, THE CENTERLINE OF SAID STRIP BEING DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE CENTERLINE OF BASELINE AVENUE AND ALMERIA AVENUE (EXTENDING NORTH), SAID INTERSECTION BEING DISTANT NORTH 89°52'57" EAST 628.64 FEET FROM THE SOUTH QUARTER CORNER OF SECTION 36, TOWNSHIP 1 NORTH, RANGE 6 WEST, SAN BERNARDINO MERIDIAN; THENCE ALONG SAID CENTERLINE OF ALMERIA AVENUE AS FOLLOWS: NORTH 0°04'58" WEST 660.29 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE EASTERLY AND HAVING A RADIUS OF 750.00 FEET; NORTHERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 8°58'39" AN ARC DISTANCE,OF 117.52 FEET TO A POINT, SAID POINT BEING THE BEGINNING OF A REVERSE CURVE CONCAVE WESTERLY AND HAVING A RADIUS OF 750.00 FEET, A RADIAL LINE OF SAID REVERSE CURVE TO SAID POINT BEARS SOUTH 81°06'19" EAST; NORTHERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE CKRYHAL 23000 75391 2 •.. 93-0 0o7sg OF 8°59'40" AN ARC DISTANCE OF 117.74 FEET; TANGENT TO SAID CURVE, NORTH 0 ° 05' 59" WEST 691.87 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE SOUTHEASTERLY AND HAVING A RADIUS OF 250.00 FEET; NORTHEASTERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 41°45'49" AN ARC DISTANCE OF 182.23 FEET TO THE INTERSECTION OF THE CENTERLINE OF ALMERIA AVENUE (EXTENDING NORTHWESTERLY) AS SHOWN ON SAID MAP OF TRACT NO. 12314, SAID INTERSECTION HEREINAFTER REFERRED TO AS POINT "A"; THENCE CONTINUING NORTHEASTERLY ALONG SAID LAST MENTIONED CURVE THROUGH A CENTRAL ANGLE OF 8 ° 34' 10" AN ARC DISTANCE OF 37.39 FEET TO A POINT HEREINAFTER REFERRED TO AS POINT "B", A RADIAL LINE OF SAID CURVE TO SAID POINT BEARS NORTH 39°46'00" WEST. THE SIDE LINES OF SAID STRIP OF LAND SHALL BE PROLONGED OR SHORTENED SO AS TO TERMINATE SOUTHERLY IN THE NORTHERLY LINE OF THE SOUTHERLY .30.00 FEET, MEASURED AT RIGHT ANGLES, OF THE SOUTHEAST QUARTER OF SAID SECTION 36 AND NORTHERLY IN A LINE WHICH BEARS NORTH 39°46'00" WEST AND WHICH PASSES THROUGH POINT "B" HEREINBEFORE DESCRIBED. PARCEL 2: THAT PORTION OF TRACT NO. 12314, IN THE CITY OF FONTANA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA AS SHOWN ON MAP BOOK 240, PAGES 3 TO 10 INCLUSIVE, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, INCLUDED WITHIN A STRIP OF LAND 50.00 FEET WIDE, THE CENTERLINE OF SAID STRIP BEING DESCRIBED AS FOLLOWS: BEGINNING AT POINT "A" HEREINBEFORE DESCRIBED IN PARCEL 1; THENCE ALONG SAID CENTERLINE OF ALMERIA AVENUE AS FOLLOWS: . NORTH 48°20'10" WEST 134.17 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE NORTHEASTERLY AND HAVING A RADIUS OF 250.00 FEET; NORTHWESTERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 48°15'12" AN ARC DISTANCE OF 210.54 FEET; TANGENT TO SAID.. CURVE, NORTH 0°04'58" WEST 469.37 FEET TO THE INTERSECTION OF THE .CENTERLINE OF WALNUT STREET AS SHOWN ON SAID MAP OF TRACT NO. 12314, SAID INTERSECTION HEREINAFTER REFERRED TO AS POINT "C". THE SIDE LINES OF SAID STRIP OF LAND SHALL BE PROLONGED OR SHORTENED SO AS TO TERMINATE SOUTHERLY IN THE NORTHWESTERLY LINE OF PARCEL 1 HEREINBEFORE DESCRIBED AND NORTHERLY IN A LINE PARALLEL WITH AND DISTANT SOUTHERLY 30.00 FEET, MEASURED AT RIGHT ANGLES, FROM A LINE WHICH BEARS NORTH 89°51'00" EAST AND WHICH PASSES THROUGH POINT "C" HEREINBEFORE DESCRIBED. PARCEL 3: THAT PORTION OF TRACT NO. 12314, IN THE CITY OF FONTANA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA AS SHOWN ON MAP BOOK 240, PAGES 3 TO 10 INCLUSIVE, IN THE.OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, INCLUDED WITHIN A STRIP OF LAND 60.00 FEET WIDE, THE CENTERLINE OF SAID STRIP BEING DESCRIBED AS FOLLOWS: CKRYHAL 23000 75391 2 • BEGINNING AT POINT "C" HEREINBEFORE DESCRIBED IN PARCEL 2; THENCE ALONG THE CENTERLINE OF WALNUT STREET AS SHOWN ON SAID MAP, SOUTH 89 ° 51' 00" WEST 45.05 FEET TO A POINT HEREINAFTER REFERRED TO AS POINT "D", SAID POINT "D" BEING THE TRUE POINT OF BEGINNING; THENCE ALONG SAID CENTERLINE OF WALNUT STREET, NORTH 89°51'00" EAST 180.05 FEET TO THE EASTERLY LINE OF SAID TRACT NO. 12314. THE SIDE LINES OF SAID STRIP OF LAND ARE TO BE PROLONGED OR SHORTENED SO AS TO TERMINATE WESTERLY IN A LINE WHICH BEARS NORTH 0°09'00" WEST AND WHICH PASSES THROUGH POINT "D" HEREINBEFORE DESCRIBED AND EASTERLY IN SAID EASTERLY LINE OF SAID TRACT NO. 12314. Said described parcels are as shown on Exhibit "A" attached hereto and incorporated herein by this reference. PROVIDED, HOWEVER, that Grantee shall pay and discharge any mechanics' liens or any other claims and demands filed against the Property within thirty (30) days after the date of filing thereof, and shall indemnify, defend and hold Grantor free and harmless from and against any and all loss, cost (including, without limitation, attorneys' fees), damages, expense or liability for or in connection with such liens, claims or demands. PROVIDED, FURTHER, HOWEVER, that this easement deed is being delivered to Best, Best & Krieger in trust and shall not become effective or be recorded until the following events have occurred: (1) the City Council of the City of Fontana has approved and has directed the City Manager to execute that certain Master Plan Sewer System Reimbursement Agreement in substantially the same form as attached hereto as Exhibit "1" and incorporated herein, by this reference ("Sewer Agreement") and the City of Fontana and Grantor have executed the Sewer Agreement; and (2) the governing body of the Fontana Redevelopment Agency has formally approved and has directed the Executive Director of the Fontana Redevelopment Agency to execute that certain -Detention Basin Reimbursement Agreement in substantially the same form as attached hereto as Exhibit "2" ("Detention Basin Agreement") and the Fontana Redevelopment Agency and Grantor have executed the Detention Basin Agreement. Grantor hereby irrevocably instructs Best, Best & Krieger to record this easement deed immediately upon, or as soon as possible after, execution of the Sewer Agreement by the City of Fontana and Grantor and execution of the Detention Basin Agreement by the Fontana Redevelopment Agency and Grantor, whichever occurs later. In the event that the Sewer Agreement and Detention Basin Agreement are not fully executed on or before March 16, 1993, this easement deed CKRYHAL 23000 75391 2 9371(0798 shall not be recorded and Grantee shall release this easement by executing a quitclaim deed. Dated this 29 day of .3144Ope'' , 1993. THE PRESLEY COMPANIES, A CALIFORNIA CORPORATION, FORMERLY KNOWN AS PRESLEY OF SOUTHERN CALIFORNIA, A CALIFORNIA CORPORATION -1� BY: By: %lV� 0u p , Alan D. Uman, Vice President DorothL Luman, Assistant Secretary CKRYHAL 23000 75391 -4- • 93-1OO798.. STATE OF CALIFORNIA S.S. COUNTY OF ORANGE On /,4/0� , 1993, before me, 4 Ax/s , PERSONALLY APPEARED Alan D. Uman and Dorothy Luman, 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 that he/she/they executed the same in his/her/their authorized capa- city(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. c Signature (SEAL) OFFICIAL SEAL MARY R. WALTERS NOTARY PUBLIC . CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Exp. June 16. 1993 This is to certify that the interest in real property con- veyed by the deed or grant dated 7AN1442Y ze. if/3 from THE •PRESLEY COMPANIES, A CALI- FORNIA CORPORATION, FORMERLY KNOWN AS PRESLEY OF SOUTHERN CALIFORNIA, A CALI- FORNIA CORPORATION to the City of Fontana, California, a Municipal Corpora- tion, is hereby accepted by the undersigned officer pursuant to authori- ty conferred by res- olution of the City Council adopted on July 16, 1991; and the grantee consents to the recordation thereof by its duly authorized officer. CITY OF FONTANA BY: %�lA/. 6•'e%r.4C'A. Robert W. Weddle, P.E., City Engineer CKRYHAL 23000 75391 —5— 93460 798 VAllotreir mt M. M .14E14 -01 1 .4 6.5tar L r //7fis:' riela .fits ' PARCEL S . 1.4 SEC, :3b. TIN RGVNk S.B.M. 51YA4V sac.sb, SEE SHEET E A• 5 Q' c•/rrrr' rOOMMO w TOW Offal Of MADE AIN AIMICMTES, MC. OONPJLTIIM CIWL 1JIS*IMM An tANO RAMINPI 1e IL Ills SOW S*?*AN&. CUMIN* OEM IIIOIN TM.IO PM Ras.; PARCEL 1 BACELINE AVENUE ALMER!A AVE. (S) EXHIBIT "A' sfrarr3 or CITY OF FONTANA, CALIFORNIA DEED PLAT • 9:3-•1047*8 PARCEL 3 TRUE ROD. PARCNT4D• ,• S0�3ian.W 18•GO ri PARCEL 2 A • igO •%S %!'' r. ///• 97' IO AAA* IN all arrd OP SOW AM ASSOC11E$, le. CduNLTINI CPVIL iNNMila AMo Lae rLAMMiMt 11.111.11lliaw1 MANTA AMA GINPONNA Mfi1 MIONS 71A • Swim. 4 ppWggALNUT STREET POINT' �Ai10EL $ �.� ALMERIA IAVE.(N) s.,Wig' A•SSG GD' L • /At AS' 7' 7S's7' PARCEL 1 Ail e 1W 12312 •/3.10 d' a veto' sliaao' • *Air POMP POINT Al POIL PARCEL 2 SES:61A R 6W ' EXHlP I I_ 'A' SEE SHEET S CITY OF FONTANA, CALIFORNIA DEED PLAT ALMERIA AVE. (N) ,tf 3►,m s,r 6 Maw Ivo 93 4007$8 Exhibit N 12 Exhibit 1 consists of the Master Plan Sewer System Reimbursement Agreement, Document Number GCM2345, dated January 27, 1993, a copy of which is on;file with the City Attorney QCRYHAL 23005 75391 Exhibit "2" Exhibit 2Iconsists of the Detention Basin Reimbursement Agreement, Document umber GCM23442, dated January 29, 1993,;at approximately 11:00 a.m., a copy of which is onjfile with the City Attorney 1 FEE 6 CHRG 2 MSYS 7 G1MS 3 PCOR • • NO� r 41M1T • ST FEE 5 SVY 5 DTT g3-10U798 RECORDED IN OFFICIAL RECORDS 93 MAR -4 PM I : 46 SAN BERNARDINO CO.. CALIF. CKRYHA L 2300075391 CITY OF FONTANA EMERGENCY INFORMATION PROJECT NAME: Baseline Avenue and Almeria Avenue Trunk Sewer LOCATION: Baseline Avenue -Beech to Almeria -Almeria -Baseline to Walnut CONTRACTOR: Albert W. Davies, Inc. ADDRESS: 8737 Helms Avenue P.O. Box 215 Rancho Cucamonga, CA 91730 OFFICE PHONE: (909)989-3714 RESIDENCE PHONE: JOB SUPERINTENDENT: Jamie Ramirez ADDRESS: 8737 Helms Avenue P.O. Box 215 Rancho Cucamonga, CA 91730 DAY PHONE: (909)989-3714 RESIDENCE PHONE: (909)923-2605 MOBILE PHONE: (714)74-2359 FOREMAN: Les Davies ADDRESS: 8737 Helms Avenue P.O. Box 215 Rancho Cucamonga, CA 91730 DAY PHONE: (909)989-3714 RESIDENCE PHONE: (909)989-4765 CITY OF FONTANA - EMERGENCY NUMBERS POLICE DEPARTMENT - 350-7700 (General Information - 911 (Emergencies) Public Works Operations - 350-6760 Rick Cross Pager: 873-6463 Home: 909-788-8374 Engineering Division - 350-7610 Yousuf Patanwala - 350-6645 Home: 909-889-2819 Carlos Navarro - 350-6632 Home: 909-825-4727 Jim Rankin -Inspector- 350-6634 Home: 909-425-1823 Emergency Information The names, addresses and telephone numbers of the contractor and sub -contractors or his representatives, shall be filed with the City Engineer and the Police Department prior to beginning work. The contract shall provide adequate detours to the satisfaction of the City Traffic Engineer. A detailed plan of such detours shall be submitted to the City Traffic Engineer at least five (5) days prior to the time the contractor wishes to close off the street or in any way restrict the traffic flow. In actual street closures, the submitted plan shall indicate the route of the detour, the character of the temporary pavement where required, and a layout of the locations of signs and lighting. In all other cases, the contractor shall provide adequate traffic flow in both directions of traffic cannot be maintained the contractor shall provide flagmen whose sole duties consist of directing traffic through and around the work. In all cases, the approval of a suitable plan shall be granted the contractor prior to beginning construction. Failure or refusal by the contractor to comply with the above mentioned requirements shall be sufficient cause for the City Engineer to order the work done by city forces and the cost therein to be borne by the contractor. cc: Police Department, Attn: Dispatch and Traffic Sergeant Engineering Division, Attn: Carlos Navarro Public Works Division, Attn: Earl Smith Contractor: Albert W. Davies, Inc. c:\forms\general\emerinfo.con Albert W. Davies, Inc. TEL No.714-989-0754 Jul 7,93 8:07 No.001 P.01 .A.T.-1133ECRT VT. IDAV'I: , I1470. GENERAL ENGINEERING CONTRACTOR CONTRACTOR LICENSE # SA 370846 8737 HELMS AVENUE • POST OFFICE BOX 215 RANCHO CUCAMONGA, CAUFORNIA 91730 (714) 989-3714 FAX: (714) 989-0754 July 6, 1993 City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Attention: Yousuf Patanwala Re: Baseline Avenue and Almeria Avenue Trunk Sewer Dear Mr. Patanwala, I have evaluated the removal of the A.C. ribbon left on the south side of Baseline and paving back the street per your specification.' To remove the ribbon we have Bid Item No. 7, this should be paid along with $A0000 to cover the additional fees and haul off of the material. This is necessary due to it being handled differently than the original removals. The estimate total change for removal would be $2,000.00. Additional 12,000 sq. ft. (estimated) at $ .10/sq. ft. plus 8800.00. The cost to replace the ribbon with new A.C. can be covered by paying the actual quantities installed for Bid Item No. 8. This is possible because we will complete it with the other pavement on the job and an extra for a additional move on, etc. can be avoided. The additional tonnage is estimated to be 275 tons over the bid item. This should make for a better Baseline Avenue when the job is complete. Since Les Davies BASELINE/ALMERIA SEWER PRO CT TENTATIVE CONSTRUCTION SCHEDULE Actions Ditit 1. Redevelopment Agency approves Detention Basin 2/16/93 Agreement with Presley and obtains. Almeria Avenue Easement 2. City Council Awards Contract to Albert W. Davies 3/2/93 (See attached City Council Report) 3/17/93 3. Pre -Construction Conference Construction Notice to Proceed 4/1/93 • Preparation of detail detour plans occurs. Construction Commences 5/1/93 Construction Completed 9/1/93 3/11/93 MP• BID SET NO. CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM BID NUMBER SB-45-93 PREPARED FOR CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CA 92335 (714) 350-7610 PREPARED BY MADOLE AND ASSOCIATES, INC. 1820 E. 16TH STREET SANTA ANA, CALIFORNIA 92701 JANUARY, 1992 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 the Agency or others shall be at the Agency's and/or other's sole risk and without liability to the City of Fontana or Madole and Associated, Inc. CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM Prepared Under the Supervision of:: J. M. MADOLE, R.C.E. 14814 MADOLE AND ASSOCIATES, INC. 1820 E. 16TH STREET SANTA ANA, CALIFORNIA 92701 (714)835-2548 Approved: CITY OF FONTANA TABLE OF CONTENTS FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM NOTICE INVITING SEALED BIDS NB-1 INSTRUCTIONS TO BIDDERS IB-1 PROPOSAL DOCUMENTS Proposal P-1 P-3 . Contractor's Licensing Statement P-4 List of Subcontractors P-5 References & Designator of Sureties P-6 Bid Bond P-7 Non -Collusion Affidavit P-10. Certification of Non -Discrimination by Contractors P-11- Proposal Bid Sheet P-12A & P-12-B Addendum No. Acknowledgement P-15 Bidder's Information CONTRACT DOCUMENTS Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 Compensation Insurance Certificate CA-12 General Liability Endorsement CA-13 Automobile Liability Endorsement CA-16 Workers Compensation/Employees Liability Endorsement CA-19 GENERAL CONDITIONS V Scope of.Work GC-1 Location of Work GC-1 Time of Completion GC-1 Liquidated Damages .GC-1 Traffic Requirements GC-1 Hazardous Materials GC-2 Utility Requirements GC-2 Flow and Acceptance of Water GC-5 Removal of Water GC-5 Trench Safety and Shoring Excavation GC-6 Standard Specifications GC-7 Wage Rates & Labor Code Requirements GC-8 Clayton Act & Cartwright Act GC-9 TABLE OF CONTENTS (cont'd) SPECIAL PROVISIONS PART I GENERAL PROVISIONS SP-1 Section 1 - Terms, Definitions, Abbreviations. and SymbolsSP-1 1-2 Definitions SP-1 Section 2 - Scope and Control of. the Work SP-1 2-1 Award and Execution of Contract SP-1 2-4 Contract Bonds SP-2 2-5 Plans and Specifications SP-2 2-7, Right of Way SP-2 2-9 Surveying SP-2 Section 3 - Changes in Work SP-3 3-2 Changes Initiated by the City SP-3 3-3 Extra Work SP-3 Section 4 - Control of Materials SP-3 4-1.1 General SP-3 Section 5- Utilities SP-3 5-1 Location SP-3 Section 6 - Prosecution, Progress and Acceptance SP-4 of the Work 6-1 Construction Schedule and Commencement of WorkSP-4 6-4 Default by Contractor 6-7". Time of Completion SP-5. 6-8 Completion and Acceptance SP-5 6-9 Liquidated Damages SP-5 Section 7 - Responsibilities of the Contractor SP-5 7-1 Contractor's Equipment and Facilities SP-5 -5 7-2 Labor 7-3 Liability Insurance SP-6 SP-87-5 Permits 7-9 Protection and Restoration of Existing SP-8 Improvements 7-10 Public Convenience and Safety SP-8 SP-0 7-15 Payroll Records Section 9 - Measurement and Payment SP-10 9-3 Payment SP-10 TABLE OF CONTENTS (cont'd) PART II - CONSTRUCTION MATERIALS SP-11 Section 211 - Soils and Aggregate Tests SP-11. PART III - CONSTRUCTION METHODS Section 300 - Earthwork SP-12 300-1 Clearing and Grubbing SP-12 300-2 Unclassified Excavation SP-13 Section 301 - Treated Soils, Subgrade Preparation and Placement of Base Materials SP-14 301-1 Subgrade Preparation SP-14 301-6 Soil Sterilant SP-14 Section 302 - Roadway Surfacing SP-15 302-5 Asphalt Concrete Pavement SP-I5 Section 303 - Concrete Masonry Construction SP-16 303-1 Concrete Structures SP-16 Section 306 - Underground Conduit Construction SP-19 APPLICABLE CITY STANDARD PLANS SOILS DATA TRAFFIC CONTROL MEMORANDUM STOCKPILE CONDITIONS FOR EXCESS DIRT FROM ALMERIA AVENUE APPENDIX I APPENDIX II APPENDIX III APPENDIX IV PLANS SEPARATE DOCUMENTS TITLE: BASELINE. AVENUE TRUNK SEWER DWG. NO. 1895 (SHEETS 1 TO 5 ) TITLE: ALMERIA AVENUE TRUNK SEWER DWG. NO. 2038 (SHEETS 1 TO 7) s naminort CITY OF FONTANA COMMUNITY DEVELOPMENT DEPARTMENT NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM PUBLIC NOTICE IS HEREBY GIVEN that THE CITY OF FONTANA as AGENCY invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk of the City of Fontana, 8353 Sierra Avenue, Fontana, California 92335 up to the hour of 2:00 P.M. on the 4th day of February, 1993, 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 REMOVAL OF EXISTING STREET IMPROVEMENTS, INSTALLATION OF SEWER FACILITIES, RECONSTRUCTION OF STREET IMPROVEMENTS FOR BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM AND ALL APPURTENANT WORK. Copies of said Plans, Specifications, and Contract Documents: are available from the Engineering Division of the Community.:: Development Department of the City of Fontana, 8353 Sierra Avenue, Fontana, CA 92335 upon payment of a $35.00 non-refundable fee ($45.00 if mailed). 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 standardsestablished 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. NB-1 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 of each progress payment as security for completion of the s 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 BASELINE AVENUE AND ALMERIA'AVENUE TRUNK SEWER SYSTEM -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 NINETY-FIVE (95) DAYS. At the time of contract award, mbination of Class contractor hllps ss ontractors contractor's license and/or any cospecialty license(s) sufficient to perform the work. BY ORDER OF the City Council of the City of Fontana. Dated this day of , 199 • By City Clerk City of Fontana 8353 Sierra Avenue Fontana, CA 92335 (714) 350-7610 NB-2 CITY OF FONTANA INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM PROPOSAL FORMS Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE (BID BOND) Proposals must be accompanied by a proposal guarantee in the form of cash, cashiers check, certified check, or bid bond payable to the AGENCY 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 AGENCY. The proposal guarantees of all Bidders will be held until the successful Bidder has properly executed all contract documents. All required bonds 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 -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 theproposal is in all respectswithout hall be executed a d submitted. Non -Collusion -Collusion Affidavit (on enclosed form) withthe proposal. NON-DISCRIMINATION AFFIDAVIT 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.. 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 will 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. EOUIPNENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and. labor rates which shall 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 BASELINE AVE. AND ALMERIA AVE. TRUNK SEWER SYSTEM. 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 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. 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 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, he may submit to the Engineer of said AGENCY a written request for an interpretation or correction thereof. --The person submitting the request will be responsible for its prompt deliVery-:--Analsolom y interpretation or correction of the proposed documentsshall bemade onlyby addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving ore n9et of such explanation d orme ts. The nterpretationsineer of the will not be proposed_ responsible any other 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 shallbe. fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addendato 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 An his bid any such addenda issued may render his bid irregular and may result in its rejection by the City. LEGAL RESPONSIBILITIES All proposals must be submitted, i'itod bidsd for cd executed ontracts o tracts of nthi s accordance nature with State and Federal laws whether thesame 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 ref rr do inherthe with Plans, Specifications, and Contract Documents, and to fullpia AWARD 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 IB-3 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. 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 holidayand 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 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. 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 recognizedin the collective bargaining agreement of the particular craft, classification or type of workmen concerned. 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 determininghis bid, and will not under any circumstances be considered as the basis of a claim against the AGENCY on the contract. . IB-4 ■ The Contractor and subcontractors shall comply with Section 1777.E which stipulates that it shall be unlawful to refuse to accept otherwise qualified I 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. IWORKMAN'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall IIsecure. 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. IIn 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. II other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. --II CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a Upublic 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; IISection 4 of the Clayton Act (15 U.S.C. Sec. 15) orunder 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: IIpursuant to the contract or subcontract. This assignmentshall become effective when the AGENCY tenders final payment to the. Contractor without further acknowledgment by the parties. IISUBSTITUTION OF SECURITIES In conformance with the State of California Public Contract Code, Section I 22300, the contractor may substitute securities for any monies withheld by the AGENCY to ensure performance under the contract. II 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 IIcontract. The type of securities deposited and the method of release shall be I approved by the AGENCY'S Attorney. SUBLETTING AND SUBCONTRACTING IPursuant 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 I IB-5 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 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-6 BIDDER'S NAME L FIZ r CA) .b/41/16S CITY OF FONTANA PROPOSAL FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM Ns .41 L TO CITY OF FONTANA, 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 to. Bidders, and Contract- Documents. If this proposal is accepted 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 discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER agrees and acknowledges that he 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. P-1 BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions'of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he possesses a Class "A" or a combination of Class "C" licenses as required to perform the work. BIDDER declares that his license number is ?")e)egliG and that the license expiration date is 3-31 -431 DATED t2UA/2Y 3 , 194 3 BIDDER'S ADDRESS: 37 1- ms AVE Aticrio f_ rror4a✓GA C 91'730 PHONE((lop.G1f-771L). FAX NO(4) -O7SI P-2 BIDDER kezyr 4) .A,/iES, TITLE . VLc,E Res tr BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: / I iviis (k) N C1 '134'7 ups,, s AO r 70CAAC7 (_4 ici4 N1 D&Ja A C4 Telephone (?) � -' j7 I Ll Fax No. (e) qRR D7SLl State Contractor's License No. and Class: '?'"?pgt.1-4, Original Date Issued: 3 /'% Expiration Date: 3-11-a3 The following are the names, titles, addresses, and phone numbers of_ all individuals, firm members, partners, joint ventures, and/or corporate, offic6^7Promommoommog having a principal interest in this proposal: Az,Gcr, r (4) DeivrE 5 PRES 342A.m L. bA ugs S' e. Business. Address: 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: p CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that he is licensed in accordance with I the laws of the State of California providing for the registration of Contractors. IContractor's License Number & Class 370) $L% �. Date of Issuance `-MAtt m 1979 IDate of Expiration 3- 3 1 -93 Name of Individual Contractor (print or type): Signature of Owner IBusiness Address I or Name of Firm IBusiness Address Name Title IAddress I Name Address 1 Title or Name of Corporation ALPnj- (A) DoiliES 7 /A/G tBusiness Address g737 f jC j1 )Ap C_v,,wro a edi ICorporation organized under the laws of the State of CA ✓,e ! /./df/c&,, I 1 1 1 Signature of Secretary of Corp �[3�<he>i .i i ?.? Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under. Which Address of Percent Specific Subcontractor e License Office, of Total Description of is Licensed No. Mill or Shoo Contract Subcontract ' P M lth'10 Sort STOJEA%, /1/AAipez R10 sin.. 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: 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: /413rarty. l/fEd1 CA P-6 1 :Albert W. Davies, Inc. TEL No.714-989-0754 Feb 2.93 7:11 No.001 P.02 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF FONTANA BID BOND FOR CONSTRUCTION OF BASELINF AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM KNOW ALLHMENi0 IHESE PRESENTS that we, the undersigned, ALBERT W. DAVIES, INC. , (hereafter called "Principal"), and FL EJ ITY & UEPOSII COMPANY 01- MAKYLAND , (hereafter called "Surety"), are held and firmly bound unto the City of nt er ft,j called "Owner"), in the sum of TFK PERCENT (10%) OF TEE TOIML MMOUIBill dollars (S *********** ), for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this 3RD day of FEBRUARY , 19 93 . The condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the construction of the BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM. NOW THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement form within. ten (10) days after acceptance (properly completed in accordance with said Bid), and furnishes insurance certificates and endorsements, bonds for faithful performance of said Contract and for the payment of all persons performing labor or furnishing mater'.als in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall. remain in force and -effect, it being expressly understood and agreed 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 no way impaired or affected by any. bidding errors or extension of the time within which the Owner may accept such Bid, and said Surety hereby waives notice of any such extension. IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. P-7 Page 1 of 3 Albert W. Davies, Inc, TEL No.714-989-0754 ATTEST: (if corporatio By: Title: _A7rtrs'r ••a,rti (Corporate Seal.) ATTEST: r�� By: _... . By: /' 82tirt ( '� Title: Title: ATTDRNE9.I! CT Feb 2,93 7:11 No.001 P.03 PRINCIPAL: ALBERT W. DAVIES, INC, BY: Prt t...e Title: 4EVI2 3 SURETY:FIDELITY & DEPOSIT COMPANY OF MARYLAND (Corporate Seal) IMPORTANT: Surety companies executing Bonds must possess a certificate- --o; 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, 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: FIDELITY & DEPOSIT COMPANY OF MARYLAND 225 S. LAKE AVE., SUITE # I000 I ASAIJtNA, LA. 91101 (Name and address of agent or CRQSBX IN8IRANCE, INC. representative for service of P. OX 17 process in California, if different from above) (Telephone number and fax number of Surety and agent or representa- tive for service of process in California) (Name and address of Surety) P-8 UPIAND, CA. 9I/R5-5f)17 9f19-9g5-032345 9(1l9-qAi-97g5 (Page 2 of 3) ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON February 3, 1993 BEFORE ME V. MARTINEZ PERSONALLY APPEARED GORDON.C. HILL PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE.EXECUTED THE SAME IN HIS CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THEIR ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED. THE INSTRUMENT. •••••••ee•••**•••••*+41s OFFICIAL SEAL V. MARTINEZ NOTARY PUBLIC-CALIFORNIA SAN BERNARDINO COUNTY My Comm. Exp. Dec. 9, 1994 te••***************••e•s CAPACITY CLAIMED BY: INDIVIDUAL CORPORATE OFFICER(S) PARTNERS _X ATTORNEY IN FACT TRUSTEE(S) SUBSCRIBING WITNESS GUARDIAN/CONSERVATOR OTHER: ATTENTION NOTARY: Although the information requested below is Optional, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW: Title or Type of Document Number of Pages Date of Document 2/3/93 Signer(s) Other Than Named Above PRINCIPAL Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND The said Assistant Secretary does hereby v hat the &foregoing is a true copy of Article VI. Section 2, of the ByLawsof said Company, and is now in force. • IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28.th day of April , A.D. 19.13.7 FIDELITY AND DEPOSIT COMPANY OF MAR ND 2IC Ro-faz44,1By Vier Auistara Secretary HOME OFFICE. BALTIMORE, MD. KNOW ALLMEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows: • "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 half of the Q t any any bonds, undertakings. recognizances, stipulations, policies. contracts, agreements, deeds, and releases and assign ' judgemen es, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Gordoand, California its true and lawful agent and Attorney -in -Fact, to execute �` d deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds at nderta.N`�_s n the execution of such bonds or ,�0 &kings ' pls?.suance of these presents, shall be as binding upon said. Company, as fully and amply, to all i ."tits and pu.. , as if they had been duly executed and acknowledged by the regularly elected officers of the C• le.y at its on Baltimore, Md., in their own proper persons. - ATTEST: STATE OF MARYLAND j . CITY OF BALTIMORE On this 28 th day of Apr i 1 A.D. 19 87 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore. duly commissioned and qualified. came the above -named Vice -President and 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 u 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 ,. d affixed by Official Seal. at the Cit o Baltimore, the day and yeX first above written. ., N tary PubliyCo fission Expires.Iul}t...] ....1�9Q... CERTIFICATE 1, 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 1 do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorised by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the Bylaws of the FIDIIITY AND DEPOSIT COMPANY OF MARYLAND. This 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 16th day of July. 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any Bower of attorney issued by the Company, shall be valid and binding upon. the Company with the same force and effect as though manually affixed.' J ' >TI NY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said Company, this..� i.SS.� day of L1421._af. 012— 8 7 9 8 NON -COLLUSION AFFIDAVIT STATE OF CALIFORNIA COUNTY OF SA) (7).:nAAtar00 * * 4r,S-770.,, A L it47,c , being first duly sworn, deposes and says (Name of Affiant) that he\she is 4e..s (Tit e) of AlpicAr «% 1/ias p 414 (Name of Bidder 1 the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in'a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body.. awarding the 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 corporation, partnership„ company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. (Signature] A .04,./�S (Typed Name) oilfs?zTJ.4c7.aJY7" (Title) NOTARY PUBLIC IN AND FOR THE STATE OF CALIFORNIA, COUNTY OF San bernard ;no SUBSCRIBED BEFORE ME on this 4 day of Fe b ro a r , 1993. My Commission Expires: Oc.tober �'7, rg95 Notary Public !�-oyu-=:re•a•s•o•aoo�e•seee••••••e•••• i OFr1CiAL SEAL • • • ' �� ': TERESE GANSER • • • P 1 O • : '"' NOTARY PUBLIC - CALIFORNIA • • o , NOTARY BOND FILED IN • • • SAN BERNARDINO COUNTY • • My Commission Expires October 27, 1995 • •••••••••••••••••••••••••••e••••••o••••• 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 129fb . v I 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 I regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. IIWe agree specifically: 1. To establish or observe employment policies which affirmatively promote I 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 IIcommunities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. IIFIRM ALJC12r U) DIt/ 15 S /NC - II TITLE OF PERSON SIGNING e.4 aESLO AJ i `' SIGNATURE . r II DATE /230.0)40-Y 14 , 194L5 I Please include any additional information available regarding equal opportunity employment programs now in effect.within your company. 1 1 1 1 1 1 CITY OF FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK. SEWER SYSTEM IITEM DESCRIPTION NO. 1 1 1 1 1 1 1 1 ESTIMATED UNIT UNIT TOTAL QUANTITY PRICE AMOUNT 1. 21" V.C.P. SEWER (EXTRA STRENGTH) 3,504 LF 513 /8rZ' -. Sj*% 2. 18" V.C.P. SEWER (E.S.) 2,406 LF 443 - A03y58 3. 12" V.C.P. SEWER (E.S.) 18 LF 30` 4. 8" V.C.P. SEWER (E.S.) 171 LF Z4- 11g5q 5. 60" MANHOLE 21 EA 23vc9 1/11c4go ✓ 6. REMOVE PLUG & JOIN 21" V.C.P. 1 EA OW- 4 Ocp k/ 7. SAWCUT AND REMOVE A.C. PAVEMENT 43, 500 SF 0` * 4.4 7540 '/ 8. A.C. PAVEMENT (BASELINE AVENUE) 1,200 TONS 4/7 ggfi00 9. REMOVE PLUG & JOIN 18" V.C.P. 1 EA /- 1 ,/. 10. 12" SEWER PLUG 1 EA VI- Zz/ v/ 11. 8" SEWER PLUG 14 EA /0 - //40 12. STRIPING 1 LS /$so ►S'S0 13. TRENCH SHORING, BRACING OR ___ SHIELDING AND APPURTENANT WORK 1 LS ('�1[_�( O 14. CLEARING AND GRUBBING 1 LS ;2° Zf ZC'' j. 15. POTHOLE EXISTING UTILITIES 2 EA /65 330- 16. 21" X 6" LATERAL WYE 8 EA 144 Z7$Z V 17. 18" X 6" LATERAL WYE 44 EA ZZ'! _ % i/ % 18. 6" X 4"r REDUCER 52 EA 26 - /352. 19. EXCAVATION (ALMERIA) 1 LS 168d 116,10 1% 20. 15" V.C.P. SEWER (E.S.) 28 LF 74g - /1064/ _ V 21. 15" SEWER PLUG 1 EA 3) - 11 22. APPLY DRY HYDROSEED MIX ON GRADED AREA OF ALMERIA AVENUE 1 LS LiCO - �ii Y P-12-A CITY OF FONTANA PROPOSAL BID SHEET FOR' CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM ITEM DESCRIPTION NO. ESTIMATED QUANTITY UNIT UNIT TOTAL PRICE AMOUNT 23. TRAFFIC CONTROL WARNING SIGNS, BARRICADES AND ALL RELATED WORK* 24. BRICK & MORTAR PLUG 25. REMOVE EXISTING MANHOLE AND 5 LF OF 8" V.C.P. SEWER 26. 48" MANHOLE 27. PIPE GATES PER S.B.C.F.C.D. DETAIL SP 209 28. EROSION CONTROL SANDBAGS *INCLUDING ARTICLE 7-10.3 OF SPECIAL PROVISIONS 1 1 LS S,O0 S 4 EA gj{ 1 LS /y 1 EA / 5. 2 EA /yY0 1 LS s3610- P-12-B Amount in Words CITY OF FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE. TRUNK SEWER SYSTEM TOTAL $ A'( 4 low"- AAJb V; ry D 1 ASS 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. krag2r LU DAvuus I /NL BIDDER'S NAME • ('?c) qgq-T712-i TELEPHONE NUMBER 006 9N —D'?S'i FAX NUMBER P-13 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this y day of ft.ria.upaLN 190013. BIDDER AL3&-r- W • Did v / e.S) 8777 eid L4.r3 ,4 vic ,ANc144 auc%truta_A/ C 9/730 Subscribed and sworn to this At day of February NOTARY PUBLIC,�L7•- , 1993. •••eeeooa••e•••e•••eecee••••••e••e•••••• • OFFICIAL SEAL • • ' . • •:��rTERESE GANSER • •• - -0, <:;e- r NOTARY PUBLIC - CALIFORNIA e • ! ea-atii • NOTARY BOND FILED IN • • • SAN BERNARDINO COUNTY : • My Commission Expires October 27, 1995 • By Title 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 (10%) of the total bid. By Title P-14 I.• CITY OF FONTANA CONTRACT DOCUMENTS FOR CONSTRUCTION OF ' BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM - 1 1 ADDENDUM NO. ACKNOWLEDGEMENT I have received the Addendums listed below Addendum No. Date 1 i. 1 Qz�r I)) PAW A/c BIDDER' S NAME (riJ qei _77lj/ TELEPHONE NUMBER I(4'01!) ON- d% SL/ FAX NUMBER i 1 P-15 ALBERT V. DAVIES, ISC. NOVEMBER 1993 YEAR TYPE OF VORI VALUE OF VORI LOCATIOI OF VORI FOR VHON PERFORMED COMPLETED PERFORMED 4/92 6,000 Linear Feet of $1,018,000 Upland, Ca. 60' thru 24' RCP 4/91 480 Linear Feet of $615,000 Tustin, Ca. 79" Steel Vaterline 3/92 1,700 Linear Feet of $644,122 Whittier Ca. 84" PVC Lined RCP Sewerline 3/92 100 Linear Feet cf , $38,000 Perris, Ca, 30' Bore and Casing, 3/91 11,000 Linear Feet of $771,124 Perris, Ca. 27' and 24' Spirolite Sewer 1/92 Lift Station Reaodel $398,000 Riverside, Ca. 12/91 Construction of Water $408,154 Riverside, Ca. Booster Station 11/91 Lift Station Renodel $328,800 Colton, Ca. 12/91 3,000 L.F. 10' VCP Sewer $607,653 Kira Lola, Ca. 1,000_L.F. 24' Steel Vaterline 8/91 4,900 Linear Feet of 54" Steel Water Line City of Upland 460 So. Euclid Ave. Upland, Ca. 91785 Metropolitan Water District P.O. Box 54153 Los Angeles, Ca. 90054 Los Angeles County Sanitation Dist 1955 Vorkaan Mill Road Whittier, Ca. 90607 Eastern lunicapal Vater,D.istrict 14550 San JacintouStreet— San Jacinto, California 92343 Eastern lanicapal Water District - 24550 San Jacinto Street San Jacinto, California 92343 City of Riverside 3900 Main Street Riverside, California 92522 City of Riverside 3900 lain Street Riverside, California 92522 City of Colton Colton, Ca. Consolidated Freightways lira Lola, Ca. $665,000 Moreno Valley, Ca. ' Eastern lunicapal Water District 24550 San Jacinto Street San Jacinto, California 92343 6/91 2,800 Linear Feet of $535,000 Irvine, Ca. 21' Clay Sewer pipe 5/91 8,400 L.F. 30' and 14'. $673,000 Kira Lora, Ca. Steel Water Pipe 1/91 5,500 L.F. of 8' Sewer $667,000 Ontario, Ca. Line and Monitoring Station Orange County Sanitation District P.O. Box 8127 Fountain Valley, California 92728 Jurupa Coivanity Service District 8621 Jurupa Road Riverside, California 92509 General Electric Coepany 1923 East &vion Street Ontario, California 91762 2 CITY OF FONTANA CONTRACT AGREEMENT FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM THIS CONTRACT AGREEMENT is made and entered into for the above stated project this day of ,19 , BY AND BETWEEN THE CITY OF FONTANA, as AGENCY, and as CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows: ARTICLE 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. " , Sheet through_), 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. as though fully setrovisions of forth herein.said contract documents are made a part hereof 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. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal 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 •� DRAWING NO. 1895, SHEET 1 THROUGH 5 (BASELINE AVENUEAVENUE TRUNKTRUNK SEWER), DRAWING NO. 2038, SHEET 1 THROUGH CA-1 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. s 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.m W.� _ __ certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify and hold harmless AGENCY and all of 'its. officers and agents from any claims, demands, or causes of action, including_: related expenses, attorney's fees, and costs, based on, arising out of, or ins any way related to the work undertaken by CONTRACTOR hereunder. 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 CITY OF FONTANA A icipal Corporation Jay . •rey City Ma ager ATTEST: Kathy Mg4jtoya City Clerk APPROVED AS TO LEGAL FORM: Clark Alsop or Stephen P. Deitsch City Attorney ector nifer J=ughn »lakely ontract ` ompliance Officer Robert Graham Risk Management r Other Party AL6ERr L'JDAV/c!SL.c. Name � TITLE Notary ZfCt.,t,N. ,�5 OFFICIAL SEAL • Nt TERESE GANSER v NOTARY PUBLIC • CALIFORNIA • . NOTARY BOND FILED IN e • SAN BERNARDINO COUNTY r •• My Commission Expires October 27, 1995 r •rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr•rrrrrr EXECUTED IN FIVE (5) COUNTERPARTS CITY OF FONTANA CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM BOND # 30418394 PREMIUM: $ 3912.00 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, THE CITY OF FONTANA , as the AGENCY, (Sometimes referred to hereinafter as "Obligee") has awarded to ALBERT W. DAVIES. INC. (hereinafter designated as the "CONTRACTOR", an agreement for the work described as follows): CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM BID NUMBER SB745-93 (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 ALBERT W. DAVIES, INC. , the undersigned contractor, as Principal, and FIDELITY & DEPOSIT COMPANY OF MARYLAND a corporation organized and existing under the laws of the State of MARYLAND , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the Obligee in the sum ofFOUR WUNDRFD SIXTY FOUR THOUSAND TWFNTY AND NO/100 Dollars ($464, 020.00***) , said sum being not less than one hundred percent (100%) of the total amount payable by the said Obligeeunder the terms of the said Contract, for which amount will and truly be made, we bind ourselves, our e heirs, executors and administrators, successors and assigns, jointly nd 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 Oobligation shall become null and void;gee, its officers and agents, as stipulated in said otherwise it shall then this Contract, be and remain in full force and effect. (PAGE 1 OF 4) CA-4 change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder 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 of 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 of MARCH, 1993 . PRINCIPAL/CONTRACTOR: ALBERT W. DAVIES, INC. �.� P. BY: SURETY: FIDELITY & DEPOSIT COMPANY OF�PfARYLAND BY: eai ORDON C. HILL ATTORNEY -IN -FACT 12TH day (PAGE 2 OF 4) The rate of premium on this bond is thousand. The total amount of premium charged: $ 3912.00 (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 IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) FIDELTY & DEPOSIT COMPANY OF MARYLAND 225 S. LAKE AVE., SUITE # 1000 PASADENA, CA. 91101 $10.00/$8.00 per (Name and Address of agent or CROSBY INSURANCE, INC. representative for service of process in California if different from above) P.O. BOX 5017 UPLAND, CA. 91785-5017 (Telephone Number and Fax Number of of Surety and agent or representa- tive for service of process in California) 818/792-2311 818/795-5748 909/98570345 909/981-9385 CA-6 (Page 3 of 4) ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON March 12, 1993 BEFORE ME V. MARTINEZ PERSONALLY APPEARED GORDON C. HILL PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THEIR ENTITY UPON BEHALF. OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. ary :*$*$*ERay* Li**e$******totii**:F0 V. MARTINEZ NOTARY PUBLIC-CALIFORNIA SAN BERNARDINO COUNTY My Comm. Exp. Dec. 9, 1994 M wdR!'�: n.v ;* i%:i;''.; ti�il Pa t'r'i: �. tE'•:<: tim L' OFFICIAL SEAL CAPACITY CLAIMED BY: INDIVIDUAL CORPORATE OFFICERS) PARTNERS X ATTORNEY IN FACT _TRUSTEE(S) SUBSCRIBING WITNESS GUARDIAN/CONSERVATOR OTHER: ATTENTION NOTARY: Although the information requested below is Optional, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW: Title or Type of Document CONTRACT PERFORMANCE BOND Number of Pages 3 Date of Document 3/12/93 Signer(s) Other Than Named Above PRINCIPAL STATE OF CALIFORNIA ) COUNTY OF On this day of ss. State, personally appeared to be the person whose name is subscribed to Attorney -in -Fact of the to me that he subscribed the name of the thereto and his own name as Attorney -in -Fact. , in the year , a Notary Public (SEAL) Commission expires: before me, and for said , known to me the withi instrument as the (S ety) and acknowledged (Surety) otary Public in and for said State NOTE: A copy of the ower of attorney to local representatives of the bonding compan must be attached hereto. (Page 4 of 4) CA-7 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows: • "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 :i behalf of the any any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assign ' f judgeme t es, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Gordon S Flill ..`•`:land, California its true and lawful agent and Attorney -in -Fact, tond deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds a nd the execution of such bonds or Company, as fully and amply, to all regularly elected officers of the p'rsuance of these presents, shall be as binding upon said , as if they had been duly executed and acknowledged by the in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby ' , 'that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. • IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 2$.>~h day of April , A.D. 19.B.7 FIDELITY AND DEPOSIT COMPANY OF MARND ATTEST: e t1J p,,02.8,:(441 By I�NJ Assistant Secretary STATE OF MARYLAND SS: CITY OF BALTIMORE J i Vice -President On this 28th day of Apr i 1 , A.D. 19 87 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, tome 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 - and affixed by Official Seal, at the Cit of Baltimore, the day and ye first above written. � A • N tary Publi o ission Expires July....L...19.9Q... 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 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 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any Qower 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 T TI ONY WH F, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ../P.\.{, k day of ..(.-� 19` L1429._CGL 012-8798 CITY OF FONTANA PAYMENT BOND (CALIFORNIA PUBLIC WORK) FOR THE CONSTRUCITON OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Fontana (sometimes referred to hereinafter as "Obligee") has awarded to ALBERT W. DAVIES, INC. (hereinafter designated as the "Contractor"), an agreement dated , described as follows: CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM BID NUMBER SB-45-93 (hereinafter referred to as the "Contract"): 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, ALBERT W. DAVIES, INC. , the undersigned Contractor, as Principal; and I-UiEIl1Y & utl'U51 COMPANY OF MARYLAND a corporation organized and existing under the laws of the State of MARYLANU, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Fontana and to any and all persons, companies or corporations entitled to file stopnotices HUNDRED under FOUR THOUSAND TWENTY AND NO/1OO**of the California Civil ********* ** Dollsa s ($4u ,n%0_0n********), 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 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 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 hereinabove, 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. (Page 1 of 4) CA-8 1 1 1 1 1 i 1 1 ( The Surety, for value received, hereby stipulates and agrees that no change, I extensions of time alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying IIthe same shall in any way affect its obligations on this bond, and it does hereby, waive notice of any such change, extensions of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. INo final settlement between the Obligee and the contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be Iunsatisfied. 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 Ishall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IIIN WITNESS WHEREOF, we have hereunto setour hands and seals this of MARCH , 199 3 . 1 BY: PRINCIPAL/CONTRACTOR: ALBERT W. DAVIES, INC. SURETY: FIDELITY & DEPOSIT COMPANY OF M!'YLAND TORNEYIN BY: GORDON C. HILL CA-9 1 2TH (PAGE 2 OF 4) day 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) (Name and Address of agent or representative for service of process in California if different from above) FIDELITY & DEPOSIT COMPANY OF MARYLAND 225 S. LAKE AVE., SUITE # 1000 PASADENA, CA. 91101 CROSBY INSURANCE, INC. P.O. BOX 5017 UPLAND, CA. 9178575017 (Telephone Number and Fax Number of 818/792-2311 818/795-574R Surety and agent or representative for service of process in California) 909/985-0345 909/981-9325 (Page 3 of 4) CA-10 ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON March 12, 1993 V. MARTINEZ BEFORE ME CAPACITY CLAIMED BY: PERSONALLY APPEARED INDIVIDUAL GORDON C. HILL PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THEIR ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. CORPORATE OFFICER(S) PARTNERS X ATTORNEY IN FACT TRUSTEE(S) SUBSCRIBING WITNESS OFFICIAL SEAL i!<' .�s�. U. MARTINEZ e GUARDIAN/CONSERVATOR NOTARY PUBLIC-CALIFORNIA V SAN BERNARDINO COUNTY My Comm. Exp. Dec. J, 1994 OTHER: ATTENTION NOTARY: Although the information requested below is Optional, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW: Title or Type of Document PAYMENT BOND Number of Pages 3 Date of Document 3/12/93 Signer(s) Other Than Named Above PRINCIPAL STATE OF CALIFORNIA COUNTY OF On this day of SS. State, personally appeared to be the person whose name is subscribed to the within Attorney -in -Fact of the (Sure to me that he subscribed the name of the thereto and his own name as Attorney -in -Fact. , in the year 19 , a Notary Public in fore me, for, said , known to me strument as the and acknowledged (Surety) (SEAL) Commission expires: ary Public in and for. said State NOTE: A copy of the power of attorney to local representatives of the bonding compamust be attached hereto. (Page 4 of 4) CA-11 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C . M. PECOT, JR. , Vice -President, and C . W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows: "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 behalf of the !!L.any any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assign ' f judgemees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Gordoland, California its true and lawful agent and Attorney -in -Fact, to execute�dnd deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds a nd the execution of such bonds or Company, as fully and amply, to all i regularly elected officers of the rrsuance of these presents, shall be as binding upon said , as if they had been duly executed and acknowledged by the in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby j/that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. • IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 2$.lh day of Apxi.1 , A.D. 19.13.7 FIDELITY AND DEPOSIT COMPANY OF MAR AND ATTEST: e. Po-P-8•4=t44 By Assistant Secretary STATE OF MARYLAND SS: CITY OF BALTIMORE J Vice- resident On this 28th day of Apr i 1 , A.D. 19 87 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and 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 and affixed by Official Seal, at the Cit of Baltimore, the day and ye first above written. 4f MOTAIt �1 N tary Publi o fission Expires,Iuly...l.._._199Q... 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 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 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any 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 T T ONY WH OF, I have hereuntosubscribedmy name and affixed the corporate seal of the said Company, this.�a` � day of _-� 19`7-3 L1s2&—at. 0 12-87 98 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code (amended by State, 1979, C.373, p. 1343,) each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the Contract: I am aware of the provisions of Section 3700 of the Labor Code which requires 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 I will comply with such provisions before commencing the performance of work of this Contract. A,izr w• �/�V,S )2 /C. CONTRAACTO BY: V C l�izpsi 1 r ' TITLE 7Z 4, c w /60', � 9'3 DATE Section 3700 of the State Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in. one or more of the following ways: - "(a) By being insured against liability to pay compensation in one or more of the following ways: (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." (Amended by State. 1978, c. 1379, p. 4571) COMPENSATION INSURANCE CERTIFICATE TOGETHER WITH CITY OF FONTANA GENERAL LIABILITY, WORKER'S COMPENSATION AND AUTOMOBILE LIABILITY FORMS OF ENDORSEMENTS TO BE SUBMITTED WITH CONTRACT. CA-12 s FIDELITY AND DEPOSIT COMPANY OF MARYLAND DUAL OBLIGEE RIDER TO PERFORMANCE BOND AND PAYMENT BOND • WHEREAS, on or about the 12th day of MARCH 19 93 ALBERT W. DAVIES, INC. of RANCHO CUCAMONGA, CALIFORNIA as Contractor, entered into a written agreement with THE CITY OF FONTANA as Owner, for the CONSTRUCTION OF BASELINE & ALMERIA AVENUE TRUNK SEWER SYSTEM , herein referred to as the Contract; and WHEREAS, the Contractor, as Principal, and the Fidelity and Deposit Company of Maryland, a Maryland corporation as Surety, made, executed and delivered to said Owner their joint and several Performance Bond and Payment Bond; and WHEREAS, the Owner has requested the Contractor and Surety to join with the Owner in the execution and delivery of this Rider, and the Contractor and Surety have agreed so to do upon the conditions herein stated. NOW, THEREFORE, in consideration of One Dollar and other good and valuable considerations, receipt of which is hereby acknowledged, the undersigned hereby agree as follows: The Performance Bond and Payment Bond aforesaid shall be and it is hereby amended as follows: 1. The name of THE PRESLEY COMPANIES shall be added to said Bond as a Named Obligee. 2. There shall be no liability on the part of the Principal or Surety under this bond to the Obligees, or either of them, unless the Obligees, or either of them, shall make payments to the Principal, or to the Surety in case it arranges for completion of the Contract upon default of the Principal, strictly in accordance with the terms of said Contract as to payments, and shall perform all the other obligations required to be performed under said Contract at the time and in the manner therein set forth. 3. Except as herein modified, said Performance Bond and Payment Bond shall be and remain in full force and effect. Signed, sealed and dated this 29th day of APRIL Witness or Attest: , 1993 ALBERT W. DAVIES, INC. Principal By: THE CITY OF FONTANA Owl By� FIDMARYLAND RIGHT THUMBPRINT (OPTIONAL) State of County of a�-IGl /(9-4/ 2IGf/' ' (_`C: ' d) 1v( On (DATE) personally appeared —�7 .) , —y� .. (NAME, TITLE OF OFFICER - I.E/"JANE DOE, NO RY PUBLIC") 9 an. (<7 r°2 (NAME(S) OF SIGNER(S)) before me, it [ ' personally known to me - OR - OO1,s•OOOOSOO0000s*ssss OFFICIAL SEAL JEANETTE LUKOWSKI NOTARY PUBLIC-CALIFORNIA SAN BERNARDINO COUNTY • :0000000******00i0000000 My Comm. Exp. June 30, 1995 (SEAL) ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub- scribed to the within instrument and acknowledged to me 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. (SIGNATURE OF NOTARY) TOP OF THUMB HERE CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) ❑ CORPORATE OFFICER(S) ❑ PARTNER(S) (TITLE(S)) ATTORNEY IN FACT O TRUSTEE(S) O GUARDIAN/CONSERVATOR O OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) TTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. Title or Type of Document .1-)6c 4/ 0 9? �-- Number of Pages f Date of Document — 9 Signer(s) Other Than Named Above and 1 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: WOLCOTTS FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/FINGERPRINT-Rev. 12-92 ■ ©1992 WOLCOTTS FORMS, INC. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows: "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, undertakings, 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." does hereby nominate constitute and appoint V. Martinez of Upland, California I s rue an lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed:any and all bonds and undertakings n tie execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of April e;0 0EPos,,A, jit m �GAL a!P ,o 're 9W .t j.• .RYI:.,.• STATE OF MARYLAND CITY OF BALTIMORE ) On this 28th day of April , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and 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 by Official Seal, at the City of Baltimore, the day and year first above written. ATTEST: , A.D. 19 87 FIDELITY AND DEPOSIT COMPANY OF MARY e PO- -2- By Assistant Secretary Vice -President f .iiy.�) '.l Notary Publi Commissio es Ju].y...1.,...199.Q... �4'•.►o.,, l 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 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 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any Rower 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 ------ day of ,19 LI42B.—Ctf. —016-8789 FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK CERTIFICAaE OF INSURANCE: 0 PRODUCER Crosby` Insurance Inc. P O Box 5017 66 E. Ninth St. t., CSR 04 27/93 TRIS CERTIFICATE IS ISSUED AS A KATTEEOF 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. IUppland60C17 91785-A PHONE 909-985-0345 INSURED 111 COMPANIES AFFORDING COVERAGE ALBERT W. DAVIES, INC. • P. 0. Box 215'. Rancho Cucamonga CA 191730- !> COVERAGES < THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY IIPERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE KAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN KAY HAVE BEEN REDUCED BY PAID CLAIMS. 111 CO I POLICY EFF I POLICY EXP DATE DATE COMPANY LETTER A TRANSCONTINENTAL INSURANCE COMPANY LETTER B CONTINENTAL CASUALTY CO. COMPANY LETTER C VALLEY FORGE INSURANCE CO. COMPANY LETTER D COMPANY LETTER E LTR TYPE OF INSURANCE. GENERAL LIABILITY AIM COMMERCIAL GEN LIABILITY [ ] CLAIMS MADE [X ] OCC. A OWNERS'S& CONTRACTOR'S [�9 xcu (1 AUTOMOBILE LIAB ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY POLICY NUMBER 2244971 2244970 11/01/92 11/01/92 LIMITS 11/01/93 11/01/93 GENERAL AGGREGATE 2000000 PROD-COMP/OP AGG. 1000000 PERS. & ADV. INJURY 1000000 EACH OCCURRENCE 1000000 FIRE DAMAGE (ANY ONE FIRE) 50000 MED. EXPENSE (ANY ONE PERSON). COMB, SINGLE LIMIT 5000 1000000 BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY DAMAGE B IC EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM 703433069 11/01/92 11/01/93 EACH OCCURRENCE 2000000 AGGREGATE 2000000 WORKERS' COMP AND EMPLOYERS' LIAB 117705592 03/31/93 03/31/94 STATUTORY LIMITS EACH ACCIDENT DISEASE-POL. LIMIT DISEASE -EACH EXP. 1000000 1000000 1000000 OTHER Ai CONTRACTORS EQUIPMENT 2244971 11/01/92 11/01/93 A1 0LL00RfSR 00LU0INCDES THEFT CERTIFICATEHOLDER DESCRIPTIONOPERATIONS/LOCATIONS/VEHICLES/SPECIAL OIS ADDED EAS ECIITEMSN ADDITIONAL ENDORSEMENT. PROJECT: BASELINE AVE AND ALMERIA AVE TRUNK 111 > CERTIFICATE HOLDER < 1 THE PRESLEY COMPANIES STEVEN JONES 19 CORPORATE PLAZA NEWPORT BEACH CA 92660 li_ACORD 25-S (7/90) > CANCELLATION < INSURED AS PER THE ATTACHED SEWER SYSTEM. = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF THE ISSUING COMPANY WILL SOINIONVOIAIL 30 = DAYS WRITTEN NOTICE TO T:E CERTIFICATE HOLDER NAMED TO THE LEFT = AUTHORIZED UNA For AIL the Commitments You Make THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or agreement currently in effect or becoming effective during the term of this policy provided that a certificate of insurance showing that person or organization as an additional insured has been issued. The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an additional insured with respect to liability arising out of a. Premises you own, rent, lease, or occupy or b. 'Your work' for that additional insured by or for you. 2. The limits of insurance applicable to the additional insured are those specified in the written contract or agreement or in the Declarations for this policy whichever are less. These limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. The insurance provided to the additional insured does not apply to 'bodily injury', 'property damage', 'personal injury' or 'advertising injury' arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: 1. The preparing, approving, or failing to prepare or approve saps, drawings, opinions, reports, surveys, change orders, designs or specifications: and 2. Supervisory, inspection, or engineering services. THIS ENDORSEMENT IS A PART OF YOUR POLICY AND TADS EFFECT ON THE EFFECTIVE DATE OF YOUR POLICY UNLESS ANOTHER EFFECTIVE DATE IS SHOWN BELOW. POLICY CHANGE NO. EFFECTIVE.DATE OF POLICY CHANGE 2244971 11-1-92 COUNTERSIGNED DATE 4-27-93 ED RESENTATIVE L— (, G-17957—A (ED. 02/92) 1 CERTIFICATE OF INSURANCE: 1rRDDUCER Crosby Insurance Inc. P,O, Box 5017 60 E. Ninth St. ( Upland CA 91785-5017 HONE 714-985-0345 CSR 03/25193 +--THIS-CERTIFICATE-IS-ISSUED-AS-A-NATTER-UF-IRFURMATIUN-UNLY- D--- ----+ 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 INSURED V ALBERT W. DA IES , INC. P. 0. Box 215 Rancho Cucamonga CA P 91730- I> COVERAGES < IIITHIS IS TO CERTIFY THAT 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 TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COMPANY LETTER A TRANSCONTINENTAL INSURANCE COMPANY LETTER B CONTINENTAL CASUALTY CO. COMPANY LETTER C CNA CASUALTY OF CALIFORNIA COMPANY LETTER D TWIN CITY FIRE INSURANCE CO. COMPANY LETTER E 101 R M° I I I i B oc IA 11/ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS TYPE OF INSURANCE POLICY NUMBER POLICY EFF I POLICY EXP DATE DATE LIMITS GENERAL LIABILITY [X) COMMERCIAL GEN LIABILITY [ ] CLAIMS MADE [X ) OCC. [X1 OWNERS'S & CONTRACTOR'S PROTECTIVE [X] xcu [1 AUTOMOBILE LIAB ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMP EMPLOYEERS' LIAB OTHER CONTRACTORS EQUIPMENT 2244971 2244970 703433069 PWC112738907 RENEWAL OF 2244971 11/01/92 11/01/92 11/01/92 03/31%92 03/31/93 11/01/92 11/01/93 11/01/93 11/01/93 03/31/93 03/31/94 11/01/93 GENERAL AGGREGATE 2000000 PROD-COMP/OP AGG. 1000000 PERS. & ADV. INJURY 1000000 EACH OCCURRENCE 1000000 FIRE DAMAGE (ANY ONE FIRE) 50000 MED. EXPENSE (ANY ONE PERSON) COMB. SINGLE LIMIT 5000 1000000 BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY DAMAGE EACH OCCURRENCE 2000000 AGGREGATE STATUTORY LIMITS EACH ACCIDENT DISEASE-POL. LIMIT DISEASE -EACH EMP. 2000000 1000000 1000000 1000000 1 000 000INCLUDES ALL RISK THEFT PROJECT: BASELINE AVE AND ALMERIA AVENUE TRUNK SEWER SYSTEM. ICERTIFICATE HOLDER < > CANCELLATION < 111/ CITY OF FONTANA 8353 SIERRA AVENUE FONTANA CA I 92335 CORD 25-S (7/90) XX = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF THE ISSUING COMPANY WILL #001100640441MAIL 30 = DAYS WRITTEN NOTICE TO T E CERTIFICATE HOLDER NAMED TO THE LEFT 40100 = AUTHORIZED 1 CERTIFICATE OF INSURANCE: UCER osby Insurance Inc. O Box 5017 60 E. Ninth St. Upland, CA I1785-5017 E 714-985-0345 CSR 03/1193 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY A U 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 INSURED ILBERT W. DAVIES, INC. P. O. Box 215 Rancho Cucamonga CA 11730- COMPANY LETTER A TRANSCONTINENTAL INSURANCE COMPANY LETTER B CONTINENTAL CASUALTY CO. COMPANY LETTER C CNA CASUALTY OF CALIFORNIA COMPANY LETTER D TWIN CITY FIRE INSURANCE CO. COMPANY LETTER E > COVERAGES < THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY IPERIOD 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 TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1' TYPE OF INSURANCE POLICY NUMBER POLICY EFF ' POLICY EXP DATE DATE LIMITS GENERAL LIABILITY 1111A COMMERCIAL GEN LIABILITY ( j CLAIMS MADE (X ) OCC. A OWNERS'S & CONTRACTOR'S PROTECTIVE [�q xcu 1 1 [) 2244971 11/01/92 11/01/93 GENERAL. AGGREGATE 12000000 PROD-COMP/OP AGG. 1000000 PERS. & ADV. INJURY 1000000 EACH OCCURRENCE 1000000 FIRE DAMAGE (ANY ONE FIRE) 50000 MED. EXPENSE (ANY ONE PERSON) 5000 1 AUTOMOBILE LIAB X ANY AUTO x X ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY 2244970 11/01/92 11/01/93 COMB. SINGLE LIMIT 1000000 BODILY INJURY (PER PERSON) BODILY INJURY (PERACCIDENT) PROPERTY DAMAGE F EXCESS LIABILITY (X UMBRELLA FORM [ j OTHER THAN UMBRELLA FORM 703433069 11/01/92 11/01/93 EACH OCCURRENCE 2000000 AGGREGATE 2000000 WORKERS' COMP AND EMPLOYERS' LIAB PWC112738907 03/31/92 03/31/93 :STATUTORY LIMITS EACH ACCIDENT DISEASE-POL. LIMIT DISEASE -EACH EMP. 1000000 1000000 1000000 CONTRACTORS 111A1 2244971 11/01/92 11/01/93 1 000,000INCLUDES ALL RISK THEFT : ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS I PROJECT: BASELINE iCERTIFICATE HOLDER < ICITY OF FONTANA 8353 SIERRA AVENUE FONTANA CA 92335 CORD 25-S (7/90) AVE AND ALMERIA AVENUE TRUNK SEWER SYSTEM. > CANCELLATION < SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF THE ISSUING COMPANY WILL BODFIIVCR(D MAIL 60 DAYS WRITTEN NOTICE TO THE ERTIFICATE HOLDER NAMED TO THE LEFT,)Q T< = AUTHORIZED GENERAL LIABILITY ENDORSEMENT A. CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 POLICY INFORMATION Endorsement # 5 1. Insurance Company: TRANSCONTI LENTAI I NSHRFANCE Policy Number: 2244971 2. Policy Term (From): 11/01/92 (To):11/01/93 ; Endorsement Effective Date: 03/10/93 3. Named Insured: A.W. DAVIES, INC 4. Address of Named Insured: P.O. BOX 215 RANCHO CUCAMONGA, CA 91730 5. Limit of Liability Any One Occurrence: $ 1,0o0,nnn 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): $ 500.00 PROPERTY DAMAGE 7. Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed.1/73) Commercial General Liability "Occurrence" form CG0001 XXX 8. Bodily Injury and Property Damage Coverage is: "occurrence" Note: If "Claims Made" coverage is used to satisfy the liability insurance requirement, the coverage will be required to be maintained for six months following completion of the project. If commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. 9. Description of Project: BASELINF AVF_ AND ALMERIA AVENUE TRUNK SEWER SYSTEM. B. POLICY AMENDMENTS This endorsement is issued in 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: 1. INSURED. As respects any work performed on the above -described Project, the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, and volunteers are included as insureds 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) afwok performeon behalf bf the y the Named Insured on the above -described Project for or City of Fontana; or (b) products sold by the Named Insured to the -City_.... of Fontana for use on the Project; or (c) premises leased by the Named Insured from the City of Fontana, the insurance afforded by this policy shall be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, 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 City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, or volunteers contribute with Mall be in excess of this insurance and shall not 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) Insurance Services Office form number GL 0002 (Ed. 1/73), Comprehensive GeneralLiability 0404t Broad Insurance Form Compreh nsnive SGeneral Office form number Liability endorsement; or (2) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). 4. SEVERABILITY OF INTEREST. The � who aiseseeking afforded coveraby genor ais c�inst applies separately to each insure whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. CA-14 a 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Fontana, its elected or appointed officer, officials, employees , consulting engineers or volunteers. 6. CANCELLATION NOTICE. 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 City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: LIABIITY (Title) TRANSPnRT&T1ON INSURANCE (CNA (Company) 1300 E. IMPERIAL HIGHWAY (De frPtin'at) INSURANrF rnj1PANIES) BREA (Street Address) CA. 92621 (City) 1-800-262-8714 (State) (TELEPHONE NUMBER) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER (Zip Code) 1-909-332-5186 (FA NUMBER) 1, CHUCK B ATT I N , warrant that I have authority to bind the (print/type name) below listed insurance6tpan and by my signature hereon do so bind this company. (S RE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ORGANIZATION: CROSBY INSURANCE, INC. TITLE: CUSTOMER SERVICE ADDRESS: P.O. BOX 5017 TELEPHONE: 909-985-0345 UPLAND CA, 917a6 FAX NO. 909-901-9385 . - , . i !Xt.. ♦ .f 1-.. soft* iti.--t\.\ . ....AJ,Y /. . CA-15 'AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 6 i. Insurance Company: TRANSPORTATION INSURANCE Policy Number: 002244970 2. Policy Term (From): 11/01/92 (To): 11/n1/93 Endorsement Effective Date: 03/10/93 3. Named Insured: A. W. DAVIES, INC. 4. Address of Named Insured: P.O. BOX 215 RANCHO CUCAMONGA CA. 5. Limit of Liability Any One Occurrence: $ 1,000,000. 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): $ Nil 7. Description of Project: BASELINE AVE, AND ALMERIA AVE. TRUNK SEWER SYSTEM. B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this thereto, it is agreed as follows:other endorseent is attached or any endorsement at 1. INSURED. The City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, and volunteers are included as insureds with regard to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned. leased, hired, or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured and the City of Fontana,its elected or consulting appointed officers, officials, employees, engineers or volunteers. CA-16 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City of Fontana, the insurance afforded by this policy shall: (a) be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers or volunteers; or (b) stand. in an unbroken chain of coverage in excess of the Named Insured's primary coverage. In either event, any other insurance maintained by the City of ushall elected ebeedin or excess appointed eo officethis rs insurance officials, and employees volunteers or not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (1) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any auto") and endorsement CA 0025. If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any. failure to comply with reporting provisions of the policy shall not - affect coverage provided officials,the employeesf its consulting engineers appointed officer, or volunteers. 6. CANCELLATION NOTICE. 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 City at least 45 days prior to.the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. (2) 2 CA-17 IIC. INCIDENT AND CLAIM REPORTING PROCEDURE' Incidents and claims are to be reported to the insurer at: ' AUTOMOBILE ATTN: (Title) TRANSPORTAT ION INSURANCE (CNA 1NCiiaor1-CE (Company) C1 AJ Ms 1800 E. IMPERIAL HIGHWAY (Street Address) BREA (City) 1-800-262-8714 (T_LEFMONE NUMBER) 0. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER , warrant that I have authority to bind the CAI I Ff1411J (State) (Department) C11M P_A N J F C ) 92621 (Zip Code) I, CHUCK BATTIN (print/type name) m signature hereon do so bind this below listed insurance c•rr)oz>� and by y 1-909-832-2 366 (FAX NUMBER) company. (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Oriaina Signature required on endorsement furnished to the City of Fontana) ORGANIZATION: CROSBY INSURANCE INC. TITLE: CUSTOMER SERVICE ADDRESS: P.O. BOX 5017 UPLAND CA ] TELEPHONE: 909-985-0345 FAX NO: 909-981-9385 WORKER'S CDMPENSATION/E31PLOYERS LIABILITY ENDORSEMENT 1 1 CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 7 ' 1. Insurance Company: VALLEY FORGE INSURANCE ("the Company") 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Policy Number: PWC 112738907 2. Effective Date of This Endorsement: 0 ; / 10 / Q 3 3. Named insured: A.W. DAVIES, INC_ 4. Employer's Liability Limit (Coverage B): 1.000,onn_ B. POLICY AMENDMENTS In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. Cancellation Notice. 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 City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. Insurance Code Section 674 provides that a policy of liability insurance issued to a local public entity, including a city, as a name insured shall not be cancelled or renewal of such a policy declined for reasons other than nonpayment of premium unless notice is mailed by certified mail return receipt requested has been given to the City at least 45 days prior to the effective date of the nonrenewal or at least 60 gays prior to'tne effective date of cancellation. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the City of Fontana, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the City of Fontana. 2. CA-19 C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, CHUCK B ATT I N , warrant that I have authority to bind the print/type name below listed insurance company ,nd by my signature hereon do so bind this company. (SIGNATURE OF AUTHORIZED R PRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ORGANIZATION• CROSBY INSURANCE INC. TITLE: ADDRESS: P.O. BOX 5017 UPLAND CA. 91 7aA TELEPHONE: 909-985-0345 FAX NO. 909-981-9385 CUSTOMER SERVICE CITY OF FONTANA GENERAL CONDITIONS FOR CONSTRUCTION OF BASELINE AVENUE API) ALMERIA AVENUE TRUNK SEWER SYSTEM 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 all the work for the above stated project. The general items of work to be done hereunder consist of construction of A SEWER TRUNK SYSTEM AND ALL RELATED APPURTENANT WORK. LOCATION OF WORK The general locations and limits of the work are as follows: BASELINE AVENUE FROM BEECH AVENUE TO ALMERIA AVENUE AND ALMERIA AVENUE TO 2600 FEET NORTH. TIME OF COMPLETION The Contractor shall complete all work in every detail within 90 working days after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor shall place the order for the materials. within 5 working days following project award by AGENCY. Verification of order shall be presented to AGENCY if requested. 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 specifications. TRAFFIC REQUIREMENTS To facilitate construction, Baseline Avenue shall be closed to through traffic. Baseline Avenue shall not be closed until the City has received and approved a detour plan to be provided by the contractor at no additional cost. The detour plan shall include signing and other appropriate traffic control measures which shall conform with the California Department of Transportation Traffic Manual. The contractor•shall establish the "Detour Plan" as shown on the approved plan prior to closing Baseline Avenue, and the contractor shall monitor the signing and other traffic :control measures daily, including Saturdays and Sundays, to insure implementation. THe contractor shall provide any additional traffic control measures that the City may determine to be necessary. Any such additional work shall be considered as extra work. THe detour route shall remain in place until construction along Baseline Avenue is complete and accepted by the City, and shall be removed immediately after Baseline Avenue has been. reopened. Removal shall be approved and accepted by the City. GC-1 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 thefollowing conditions are disturbed, notify the Agency in writing of 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 inherent in the work of the character provided for in the contract. 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 Owner 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 or facilities. The agencies listed below can be contacted as indicated. 1. Fontana Water Company Local Telephone: (714) 822-2201 USA Member Utility, Phone 1-800-422-4133 2. Marygold Mutual Water Company Local Telephone: (714) 877-0516 3. Pacific Bell Local Telephone: (714) 359-2520 USA Member Utility, Phone 1-800-422-4133 4. Southern California Edison Co.(714)' 357-6223 CITRUS AVE.) Local Telephone: (714) 357-6231 (WEST OF CITRUS USA Member Utility, Phone 1-800-422-4133 5. Southern California Gas Co. Local Telephone: (714) 335-7750, (800) 624-2497 USA Member Utility,. Phone 1-800-422-4133 6. Fontana Community Development Department (Sewer. Drain) Local Telephone: (714) 350-7610 (EAST OF AVE.) and Storm GC-2 I• Local Telephone: (714) 988-2985 8. .Chino Basin Municipal Water District Local Telephone: (714) 987-1712 9. Santa Fe Pacific Pipeline Local Telephone: (714) 877-2373 10. Southern Pacific Railroad Local Telephone: (213) 629-6161 Fiber Optic Cable: (800) 283-4237 11. Cal Trans Local Telephone: (714) 383-4536 12. Metropolitan Water District of Southern California Local Telephone: (213) 250-6679, (213)250-6000 13. U.S. Sprint Local Telephone: (714) 874-7450 14. San Bernardino County Department of Transportation/Flood Control Local Telephone: (714) 387-2888, (714)387-2642 The California Public Utilities Commission mandates that, in theinterest of public safety, main line gas valves be maintained ina manner to be readily accessible and in good: operating condition. The Contractor shall notify the Southern: California Gas Company's Headquarters Planning Office at 714/335-7769 at least two (2) working days prior to the start of construction. The Contractorshall 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 conjunctionwith this project. The Contractor shall schedule his work and conduct his operations so as topermit 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 requiredwork and the time required to do so•. The Contractor shall include this time in 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-3 To the extent required by Government Code Section 4215, theAgencyshall 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 end of the existing storm drain and the sewer where the storm drain will cross as shown on the plans, marked in the 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 shall be by sawcutting. Following excavation in paved areas, the existing soil shall_ be replaced and compacted to 95% or greater to a level of one inch below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush. with-the-zmummilmme 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 backfilling or compaction done without proper inspect ion 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 front - 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 supervised 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. 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. GC-4 Following approval of Ole waiting period. by the Agency, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and' construct the final patch using a C2-AR400O 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, and all appurtenant related work and no additional compensation will be allowed. The bid quantity shown in the proposal bid sheet for potholing is an estimate only and may be 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 of6Section-3--2 of the Standard Specifications. 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. • 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 outsideof street right of way will be permitted. REMOVAL OF WATER 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 excavationsor 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 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 to the approval of the Engineer. GC-5 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. TRENCH SAFETY AND SHORING 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 Section 6500 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 for this project. Excavation for any trench five (5) feet or more in depth shall not begin until the Contractor has received approval 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 an Engineer who is registered as a Civil or Structural Engineer in the State of California. 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. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the lump sum price bid for sheeting, shoring and bracing and no additional compensation will be allowed. GC-6 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: Building News, Incorporated 3055 Overland Avenue Los Angeles, California 90034 (213) 202-7775. The Standard Specifications set forth above will control the general provisions for this contract except as amended by the Plans, Special - Provisions, or other contract documents. The section numbers of the following Special Provisions coincide with those of the Standard Specifications. 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 tandtaof Transportat on. (Copies of edithese specifications and of the State of Cali fornia, Deparment standard drawings may be obtained from: State of California - Department of Transportation Central Publication Distribution Unit 6002 Folsom Boulevard Sacramento, CA 95819 References in the Special Provisions to Standard Plans shall mean the Standard Plans of the Plans City thistana or project Dther are contained governing inaAppendix Is pofified. these Applicable Standard Specifications. Where the Plans or Specifications describe portions of the work in general. terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place and that only the best general practice is to prevail and that only materialsand workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish alllabor, materials, tools, equipment and incidentals, and do all the work involved in executing the contract. GC-7 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. 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 theprevailing 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 the contents thereof, their inspection. and duplication procedures, and certain noticesrequiredof 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 ration 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 apprenticeable trade and if other Contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage. schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. GC-8 Clayton 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 Subcontractors 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 Professional 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 acknowledgement by the parties. GC-9 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF FONTANA SPECIAL PROVISIONS FOR THE CONSTRUCTION OF BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM 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 1-2 DEFINITIONS. Agency/City Board County. Engineer Federal State DEFINITIONS, ABBREVIATIONS AND SYMBOLS City of Fontana City Council County of San Bernardino City Engineer United States of America State of California 'arMl11llo SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT. (Replace with the. following]: Withinten (1 ) nddays returnter the foll owe nghe datf the Notice to contract documents Award, rto the Contractorr execute xecute a Agency: Contract Agreement Conract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement form Worker's Compensation and Employer's 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. SP-1 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. Both the Contract Performance Bond and the Payment Bond shall each be for not less than one hundred percent (100%) 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 Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, the Contractor shall return the control set to the Engineer. Final payment will not be made until this requirement is met. 2-8 RIGHT-OF-WAY The Agency will acquire all rights of way, easements and rights of entry as. required for this project. The Contractor shall verify that the acquisitions), is completed prior to beginning any work outside the public right of way. All - cost for remobilization, downtime, etc., due, to delays in obtaining the required rights of way, easements, and rights of entry shall be included in the lump sum price bid for Clearing and Grubbing and no additional compensation will be allowed. 2-9 SURVEYING 2-9.3 Surveying Service. [Replace the first two paragraphs with the following]: The Engineer 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 i included control in thekes. Payment for price bid for the setting control stakes shall be considered as applicable items of work. The Contractor shall obtain written verification of tying out existing monumentation by Agency prior to beginning any removals. SP-2 II SECTION 3 CHANGES IN WORK II3-2 CHANGES INITIATED BY THE AGENCY 3-2.1 General (Add the following]: IThe term "Contract Price" as specified herein shall serve to mean the total dollar value of shall e Contrabector's cons rued inal bto mean id for athell o subtotal f the r�shown ous tons of any work combined and IIsingular item of work. 3-3 EXTRA WORK II3-3.2.3 Markup. [Add the following as the first paragraph]: II 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 II or equipment elsewhere except when actually performing work directlyon the change order and then shall only be reported at the labor classification of the work performed. IISECTION 4 - CONTROL OF MATERIALS II 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 City will pay for inspection and materials testing; The Contractor shall pay for retests due to failure to meet specifications _ II4-1.1 General. [Replace the third paragraph with the following]: If at any time ,defects in the work shall be found, d,othe all Contra cto ctr veshal l Ipromptly correct such defects, remove and dispose d unsatisfactory work or materials. II Should the Contractor fail or refuse to remove and renew any defective work ormed, or to make any necessarY repairs inan acceptable manner, and in accordance with the Contract Documents, the City shall cause the unacceptable IIor 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 City in making these removals, renewals, or repairs, which the Contractor has failed or I refused to make, shall be deducted from any monies due or which may become due the. Contractor, with Contractor being obligated to reimburse the City for any sums incurredin excess of monies due or which may become due. II SECTION 5 - UTILITIES 5-1 LOCATION. [Add the following paragraph]: II The Contractor shall notify the utilitiesoedesignatedeithe of enerar Conditions at least 48 hours in advance 9 around any thei structures. II SP-3 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 Engineer 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 Engineer will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construction methods and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the Engineer 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 of Fontana, 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 Engineer in the- event of a delay in scheduling caused solely by this concurrent work. Payment_ for the above, if any, shall be deemed asincluded in the items ofwork as: shown on the proposal bid sheet and no additional compensation will be allowed. 6-4 DEFAULT BY CONTRACTOR. [Replace the first paragraph with the following]: The City has the right to suspend the work in .whole or in part or cancel the contract without liability for damages, when in the City's opinion, the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without City's consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the City 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 incurredas a result thereof. City 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 City for any correction cost 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. SP-4 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.. 6-7.2 Working Day. [Replace with the following]: The Contractor's activities shall be confined to the hours between 7:00 AM and 5:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The service fees will be deducted from any amounts due the Contractor. 6.8 COMPLETION AND ACCEPTANCE. [Replace the second paragraph with the following]: The date as certified by the Engineer and/or accepted by the City 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 of Fontana, 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 record data as required by - 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 last sentence with the. following]: If the work is not completed within the period provided in the General Conditions, the City and the Contractor agree that it would be impractical or extremely difficult toassess the actual resulting damages to City and therefore, they agree that the sum of Five Hundred ($500) Dollars for each every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to City 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 rel ated distance the of job,fifty whethershall owned applybyto the all construction equipment on Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. SP-5 7-2 LABOR. 7-2.2 Laws. (Add the following): The Contractor, and all subcontractors, suppliers and vendors shall comply with all 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. 7-3 LIABILITY INSURANCI. (Replace the entire Subsection with the following): 7-3.1 Indemnification. The Contractor shall indemnify and save harmless the CITY OF FONTANA, the State; the County and any incorporated cities from all claims or suits for damages arising from his prosecution of the Contract work, as more fully described in Subsection 7-3.2 "Contractor's Liability." 7-3.2 Insurance Requirements. The insurance afforded by this policy shall not be canceled, suspended, or modified or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested to the City at least 45 days prior to the effective date of the nonrenewal, suspension, or modification or at least 60 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract and the entire 'progress of the work, and until. sixty (60) days after notice of completion has been filed a Comprehensive Automobile and General Liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1,000,000 $2,000,000 $1,000,000 Property Damage $1,000,000 Worker's Compensation Statutory each person each accident each accidentCfor prod completed operations each accident s and Automobile Liability Insurance to include all owned, non -owned or non -hired vehicles, including loading or unloading thereof: Automobile Bodily Injury $1.000,000 each person $2,000,000 each accident Automobile Property Damage $ 500,000 each occurrence 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 CITY OF FONTANA shall be notified by registered 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 or cancellation is effective. SP-6 The following statement shall be included on the insurance certificate: "Additional Insured: The insurer agrees that the city and 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 or employees of 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 City." The Contractor agrees to protect, defend and indemnify the City of Fontana 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 ofall or any operations covered by the Certificate of Insurance. The Contractor, at his option, my include such coverage under his General Liability coverage. 7-3.3 Contractor's Liability. The City of Fontana, the 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 any one employed by him; against all of which injuries or damages to persons and property the Contractor, having control over. such work, must pror oplprgua guard. The Contractor shall be responsible for any damage to any person ty resulting from defects or obstructions for any time before its completion and final acceptance, and shall indemnify and save harmless the City of Fontana, 'the 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 City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. t If, in the_ opinion of the Engineer, thet precautions theakelifebyf the. Contractor are ngt esrie yr orderuthe Contractor to take further precautions, Contract, .the Engineer maY 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 ionwever, er, shall not relieve the Contractor from his full responsibility public 7-3.4 Certificates of Insurance. 'The Contractor shall not commence work until Contduly ractorhad zha adedelivered ives edf tto .the City a Certificate °f inlnthatnce theei surancted eaffords coverage for all insurance carrier specifying SP-7 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 AGENCY permits and make arrangements for AGENCY 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 of Fontana will waive the usual City encroachment permit fees. The Contractor shall provide the AGENCY with copies of all permits prior to commencement of construction. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. In addition to standard specifications, special attention shall be given to the following: 1. station 16+25, crossing of existing 20" water line. 2. station 29+78, crossing of existing telephone cable. Contractor shall notify the City of utility to be crossed. Contractor shall protect in place said utility 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. 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:) 1. Contractor shall completely finish his work on Baseline Avenue within 45 working days after the start of the temporary closure of Baseline Avenue. 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. Special attention is referenced to general conditions (GC-1) "Traffic Requirements". 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 pedstrian zones and public transportation stops. as well as pedestrian crossing. of the Work at intervals not exceeding 300 feet (90 m). also shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential 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. SP-8 Grading operations, roadway, excavation and fill construction 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 cost for. the above requirements. [Addthe following paragraph:] 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 extent of the delay and his revised schedule. In the event of delay over 72 hours, the Contractor shall re -notify the property owners 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 variousitems of work and not additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets. [Add the following]: The Contractor shall assume full responsibility for any damage caused by stockpiling 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. 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 the public right-of-way. In such case the Contractor shall submit to Agency written authorization from the owners of the subject property prior to occupation. Contractor will submit a.topo map of the site or private property he intends to use for stockpiling of excavated materials. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to beapproved by Agency. 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 and submit a topo map of the site showing final conditions within five (5) working days following application for Notice of Completion. 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. The Notice of Completion will not be issued until said release is submitted. Payment for preparation of topo maps and other requirements shall be included in the different bid items of work and no separate payment shall be made. SP-9 7-10.3 Street Closures, Detours and Barricades (Add the following): The Contractor shall maintain the minimum traffic requirements designated in the General Conditions. It shall be the Contractor's responsibility to furnish a detailed detour signing and barricade plan for Agency approval. 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 be paid for at thelump sum contract price for traffic control and no additional compensation will be allowed. Payment shall. include full compensation for all labor, materials, tools, equipment and doing all work involved in Traffic Control as specified, including preparation of Traffic Control plans and obtaining Agency and County 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 orremoved 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. No street or access closure to through traffic will be allowed without the express approval of the Agency. Contractor will be responsible for providing traffic detour and traffic control plans for AGENCY approval as outlined in the Memorandum dated August 21, 1992 (See Appendix "III"). The cost for preparing such traffic control plans will be included in the lump sum bid price 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. 7-10.4 Public Safety 7-10.4.1 Safety Orders. (Add the following paragraph): The Contractor shall comply with the provisions of any AGENCY ordinances or'regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 CERTIFIED PAYROLL RECORDS. (Add the'following paragraph):. Payroll Records shall be submitted to the Agency 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 City 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 ifthose items were approved by the City, a cost was agreed to by all parties and a written Change Order was approved and submitted to the City prior to the construction of said work.. Before any payment shall be made, Contractor shall have provided andy ymwith releases executed aterials bond rights against the project rsons who hand arising out of the wort have mechanics liens, stok notices or labor 9-3.2 Partial and Final Payment. (Replace the last paragraph with the following): The closure date for periodic progress payments will be 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. SP-10 The full ten percent (10%) 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. 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 City Attorney's office. Before the Agency shall make the final payment, Contractor shall execute and filewith the Agency a release in the formsupplied by .the Agency, releasing its officers, employees, representatives, and agents from any an& all claims for liability relating to any undisputed contract amounts- for---workosiisum performed in relation to the undisputed amounts. 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 of work on the various contract items on the project site. The compensation paid for mobilization shall be included in thecontract 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 II -.CONSTRUCTION MATERIALS SECTION 211 - SOILS AND AGGREGATE TESTS 211-2.1 Laboratory Maximus Density. [Replace with the following]: Laboratory Maximum Density tests shall be performed in accordance with Test Methods No. Calif. 216G, Part II. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. SP-11 3 3 211-2.2 Field Density. [Add the following paragraphj_: Field density tests will be made by the 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 densitylower 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 Engineer at the Contractor's expense. PART III - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. . 300-1.3.2 Requirements. [Add the following]: (d) Miscellaneous. In addition to the work outlined in Section 300.-1 of the Standard Specifications, the following items of work are included under the Clearing and Grubbing unless otherwise covered by specific bid item. (1) Mobilization 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. (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. (6) • 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) Cleaning of storm drains, including existing upstream portions which are jointed by the project following project completion. Cleaning to be done to satisfaction of Engineer. (9) Replacement of disturbed traffic signs, striping and markings as required to the satisfaction of the Engineer. SP-12 (10) Tree removal ana a15pUSdL UV W CC4 a icya+ (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 may be 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 mobilization, traffic control, signs, barricades and flashers, the contractors attention is referenced to general conditions (GC- 1, and GC-2) "traffic requirements". Shall be paid for at the lump sum contract price and no additional compensation will be allowed: Payment shall include full equipment and doing all work involved in clearing and grubbing as specified. 300-2 UNCLASSIFIED EXCAVATION_ 300-2.1 General. Unclassified Excavation shall include excavating, loading, stockpiling, hauling and disposing of surplus. material to the depth indicated on the -plans or as directed by the Engineer. Removal of existing asphalt concrete pavement shall be included in this item of work. 300-2.2 Unsuitable Material. [Add Subsection 300-1.33.2 (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. 300-2.6 Surplus Material. [Add the following]: All surplus materials shall bedisposed of rt find a legalmanner at cted t� Appendix the Contractor's expense. The Contractor's attention V. and to Drawing No. 2038, sheet 7 of 7, upper right (both on this bid package). The excess dirt generated on the Almeria Avenue portion of the project shall be permanently stockpiled in the area designated and shown on Appendiz IV. No rocks bigger than 12" in diameter shall be allowed in the stockpile area. After the end of grading operations in the stockpile area, it shall be dry hydroseeded with native mix as shown on Appendix IV. A topo map of the stockpile area shall be submitted within five (5) working. days following application for Notice of Completion. Payment for stockpiling and hydroseeding of the stockpile area and map preparation shall be considered as included in the lump sum paid for the bid item "Excavation on Almeria Avenue." 300-2.9 Payment. [Replace with the following]: Payment for Unclassified Excavation shall be deemed o�crete inscluded inre ahe compensation paid for the related vitrified clay pipe o no additional compensation will be allowed. Paymentfor removal of existing asphalt contract unitrbid driveways, and concrete curb and gutter shall be made at the price per square foot or linear foot�als,itools,aand equipmentnd shall linvolvedude full compensation for furnishing all labor, materi including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed•The of theact unit bid actual thicknessaencl ountered rice for asphalt pavement removal shall be independent in the field. The quantity measuredfor "paya halt lines"vperndetail on the plans limited to a maximum of that designatedhis limit and measured in the field. Removal of asphalt 11 be made only fortthe quantityaof be at the Contractor's expense. Payment pavement within the limits actually removed and within the "pay lines". SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT LS 301-1.3 Relative Compaction. Relative compaction in areas to be paved shall be modified to require 95% relative compaction of the top 12" of the subgrade. Compensation for subgrade preparation shall be deemed to be included inthe unit price bid for respective SEWER PIPE CONSTRUCTION AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. 301-2 SUBGRADE PREPARATION. Preparation of the subgrade shall conform to theprovisions. of Section 301-1 of the Standard Specifications and these 301-6 SOIL STERILANT. [Add new Subsection]: 301-6.1 General. All areas to receive Asphalt Concrete Pavement shall be prepared in accordance with applicable sectionsof the Standard Specifications 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 good mechanical agitation and even coverage of the area to be treated. 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 edrilantshall lbe Affairsedaby the State of California, Department of FoodAgricultural 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. 301-6.4 Payment. The Contractor shall supply all labor, materials and equipment to apply the cost for cation in he soil sterilant and shall include d egrubbing and not additionaltcompensation sum contract price bid for clearing a will be allowed. SP-14 302 - 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. A tack coat shall be applied uniformly upon. the existing pavement joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The. tack coat shall be SS-ih emulsified asphalt per section 203-3. The surface to, be covered shall be free of water, foreign material, vegetation or 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, including new Subsection 302-5.4.11: Asphalt concrete pavement for resurfacing shall be at least 4* thick,. regardless of the thickness of the pavement removed and shall be laid in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR4000. The finish course shall be a minimum one inch thick and shall be C2-AR4000. The base courses may be blade graded. The finish course shall be, machine placed. All trench resurfacing shall be completed to the base course level within five working days following underground conduit construction. Placement of the finish course shall not be completed until completion ofall underground conduit construction, unless directed otherwise by the engineer. Only those areas where existing pavement is removed are to be repaved, subject to direction of the engineer. 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. Paymentshall be made at the contract unit price includinq per coatwhereshall required,a full compensation for subgradepreparation, Payment willonly be made for resurfacing of 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 these 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 paragraphs]: i Concrete structures shall conform to the provisions Works Constructionf as Section modifiedlof the by the Standard Specifications for Public applicable Standard Plans and herein. 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 Specifications 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. s. 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 ten (10) working days prior toitsuse under this contract. Unless otherwise specified, transverseconstruction 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 ithe same 6 inches plane shal ifor be keyedenastire directedstructure by the for concrete thickness greater han Engineer. The concrete for surface el be Class 520-C-3250,a5while that for inlet structures junction structuresshallbe Class60C3250; and while that for box culverts shall be Class 560-C-4000. 303-1.3 Forms [Add the following paragraphs]: 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 an compacted land all be trimmed placedtotrue suitable material which has been overfilled, grade. Backforms shall be used where the slide 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 of furnishing and withany ingredients release the concrete shall be used. The cost agent shall be included in the cost of Portland Cement Concrete. SP-16 303-1.7 Placing Reinforcement. 303-1.7.1 General [Add the following paragraphs]: Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction 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 paragraphs]: 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 splices shall be as follows: Reinforcing bars No. 8,. or smaller, shall be lapped at least 45 diameters of the smaller bar joints,and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the smaller bar to be joined, except where otherwise shown on the plans. Splices of tensile reinforcement at points of maximum stress shallbe avoided; however, any deviation from splices shown on the Plans shall be approved by the Engineer. 303-1.8 Placing Concrete. 303-1.8.1 General. [Add the following paragraph]: The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consolidation 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. SP-17 303-1..9.2Ordinary Surface Finish. [Add. the following paragraph]: 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 furnishingrall labor, the respectivetools and structure in conformity withment and ithe plansall aork nd required to constructp specifications. PAYMENT FOR CONCRETE MANHOLE STRUCTURES 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, ADJUSTMENT OF MANHOLE TO GRADE, AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. - SP-18 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 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 lengthof 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 SEWER PIPE SHALL BE CLASS "B" BEDDING (A.S.T.M. C-12) MADE UP OF SELECTIVE GRANULAR MATERIAL (CRUSHED STONE, ROUNDED GRAVEL OR PEA GRAVEL) DENSIFIED TO 95% MINIMUM RELATIVE COMPACTION, AS DETAILED ON THE STANDARD PLANS. THE COST OF PROVIDING AND IN- STALLING SAID BEDDING MATERIAL SHALL BE INCLUDED IN COMPENSATION PAID FOR THE SEWER PIPE 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 OFTHECONTRACTORSHALLNOTBESUBJECT THE E TO ADDITIONALA RD PLANS FOR THE CONVENIENCE COMPENSATION. 306-1.3.4 Compaction Requirements. [Replace with the following]: All trench backfill shall be densified to 90% minimum relative compaction, as required per Section 301-1 of these specifications. Placed backfill and the granular bedding material shall be compacted to 90% minimum relative compaction.* 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 tos themaximum size backfill.of No3/4 nestingorgreaterocksshall be diameter shall be allowed in allowed. * Bang requirement shall follow 306-1.2.1 SP-19 306-1.6 Measurement and Payment. Payment forVITRIFIED CLAY PIPE 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-S [Add the following]: The above shall apply to both gas and water lines. SP-20 BASELINE AVENUE AND ALMERIA AVENUE TRUNK SEWER SYSTEM APPENDIX I APPLICABLE STANDARD PLANS •.y.�,r.l)�.�.�.�rw«�..�w•�•.1..j.�Y�..t�•lla.•4!C V'• 14.`I !•%.0411,0:. •,::�ki Manhole Frame 5 Cover Alhambra Foundry Co Ltd. No. A- 1170 'TOP Pavement NOTES: ®SAME AS EXISTING —3"min. & 12" Min. PLAN A .C. Pavement to surface Manhole !Barrel SECTION A -A e" mos. 2" A.C. Pavement to surface Inner Pan Alhambra Foundry Ca Ltd. No. A-1172 NOTE: Not to be furnished unless called for in specification. 12" Min. .4 TO vem Pavement I` R.r,ssd 9•:8 tk.1 E A Q.✓,s.d 4•77 rho j 4,"- CITY OF FONTANA CALIFORNIA FORNIA STD. MANHOLE FRAME & COVER AND REINFORCED 11 I COLLAR Scale: 6" mirt. 40eLd FH Drawn By �'- STD Checked By L . Approved elted bETA oats ofttt• tog _Surface of�_ Ground • a 0 1 Frame 9 Cover 1/4"-it- frame ce tap 2 !�� , step beneath/ l I s/ • ::. _ Alternate crag wire bend to dalteal • • ' • • line. I • 9-Ih"0 Coils } 4' — 8 l 4' --- •1 Clase"B"Ccncrets s tT T 2'..�.:1 1/4r-- •-- w-bt4" SECTION OF aTOP RINGS (Re -Cost RC.) 2 3/32" 4V61-48_ CONE HALF -SECTION (Pre -Cast R.C.) s3 3/32"dia. 481.1.1). s i 48"LQ 53 5/16"die. JOINT DETAIL N ' I. See Std Osail Nee. III, 113 S 114 for drop S jirrcfios details and typical junctions. 2 Eccentric cone map be used In lieu of concentrk tense. • 3. The towed emboli step shill be placed not less ties i8 net more than 2 above shelf. 4. The upper me dlsls step WWI be placed between Me top of manhole end the menials cow frame and stood project not more Mon 3 .aide manhole. S. All joints shell be mortared. 6. 3/4" 0 gahw iron step or plastic steps per ASTM A-82, ASTM C-478, ASTM. Type II Grade 43T58. s/s/eel Type 7/20/ CITY OF FON TANA CALIFORNIA STANDARD PRE -CAST MANHOLE Reinforced. Concrete for 6" to 24 Pipe Scale 11w121 step. Na. of Top Rinse Drawn By Rai'. Checked By . Approved 4 Oats Aa Chi'rN . Asd IN If STD. DETAIi 112 ,'Std. Manhole Frame 8 Cover `Surface of Ground IV 41 '.41 ���� Brick Arch \\\\ VAShelf ���i. .v S»•».•••:,....v. I fr —. • a‘ I IL I/2"Ce nt Plaster \ �\ �l\\OlLlll�lQ1`11 Class"B" Concrete Variable 1/2" Cement Plaster 0 NOTES' I. For 15 sewer and larger, turn S" Arch aver pipe. 2. For 1esewer and under, turn 4" Arch over pipe. 3. The step shall not eesst on manhole" nmorre a24 above shelf. 4. The upper manhole step shall be placed between the top of the manhole and the not hmare than 5" mNdsmanhole. ect CITY OF FONTANA CALIFORNIA STANDARD JUNCTION MANHOLE For 6 to 36 Pipe Scale ill's 2$ Drawn By Av'Q . Checked By Approved oats oho . ,Qsd STD. DETAI I13 - 1 1 1 1 1 1 1 1 1 1 CITY OF FONTANA CAIJFORNIA TYPICAL MANHOLE JUNCTIONS For Variable Pipes ScoIes11=2' CASE' Az 3 NM CHANNELS CASE = OrowA 8y Rv�• Checked ay �.. . Approved - Date '9rfi • icsa STD c�a 114 1 AR- 4000 3 I SELECTED NATIVE SOIL PER CITY PLANS S SPECS.. a[OOISS SMALL at IN ACCORDANCE W/NOTE II, PIPE CL.R 0-LOADIN$ r gae�idt Melt. 1. 412 •asmeeetse "table she Stay - peewee rises -.Male nearse as eeeswMtae pewees • tree Ale labile Volta espamssres. 2. Se ew*rsme eserime Alias Neil be wmeldled 2 wastes use prim . to .seas .i net 1-SSF t33-•133. %8a MAX., HOT MIX A.C. AR-4000 3/4a MAX.,MOT MIX A.C. SAw-crab/van 3"MAX. SIZE NATIVE SOIL, COMPACTED 95% 6a MAX. SIZE NATIVE SOIL, COMPACTED 90% L pITB A SELF—PROPELLED ...iVIBRATING SHEEPSFOOT ) 3/4" MAX. COMPACTED TO 901_ BY USE OIL A . VENOMMXt CompAC-'FOR, OR PM" MOISTENED SAND We moms MIOTM 01s ouTslot DIAMETER or PIK. * s Is' NI*M O 0A AS OIRECTtO (saw-cut/rat.) 14 1. All gems .t mimeses pease letup primed awl eme4wa ages gegglaga Nall resoles • sear •eme •t aaebe:t errata. S. laetles ad MIS !es w ism es M pond Kee a Met-pe.,sllse peesn srnlso. -S. tar seisms pee a r.sstasa Is err 3. Sal asseeat.. Wail Is sob. POIMMIMMINg. se pem•taee 34 ..ears .etas .ale saes a awe .peers as ramie. !s as/ssy and is the .Woes Pima* mar mere ere ? tame m, more ems Seer Ls ere •,ammetm/ mime. wage. t• be a Arena lam. Ali rgsYnram awe eeplmetr p.ee,tfme b ear ealtLoele .ee,la/ b tees Is poem ttwmetase hue x taan d imeeeatd Ssdep► sae •esselfss •t erase& .lee .ewer • Nis. 4. Cepaesteo ea leltell area be spSae Is • fir— geed .spree+ be the a.,ee—s .! IS. St error latiw SWIM seer. 4Ar palm Ants rats prim be eta Swint d its poet Wesel/Meige Ail be swttfst of e ase penes• wet ieitstsretss ate Meese I. sense agamos. mods able else. epos Wilma N eft sa .tulle to prgmply whip ale • mess errs, N tees Slip Isidemse. mob & iens emit M geenMM. rates. rem passel as pWaNserNreab pa, gees spec. S. twmemes peomome steel lm mpisee etabas i dopeet .ersteb • adssenm 4ftelmo •t ese•p ample.* e peweft �l begle pissed Ate is ifs gent seem smell passes spec be Ls -.prim` i aampoem,p pewees obeli be • Saes. emir emmeseled bm amide cemege se te pies U. .t/e a met and lemma eoawe ioe aten. Pmemego gee Nail mere-e ar peeaome V a W adi as1 went► aetlslen smell pamemes WON La La .lame. 6. Prise to plamomeM .i psmemos paw. aleaMs emesmems Nail M gee se a sees se,•ars line. twames sr.Nme adpesms se glee soma gal le r•aroeM. 'eddies mesetai obeli be set. 1414441. combed asses_. w seta tea-ew-es Les prgmelm maestai hors a ems' — wlem ed sew less glen MI. a- obeli lams a pegs_mege .Apse.. mo b set saber oastmgm sa as Mowers sewers. Mira BSSIMMNSINNANLAMINS l.IM WWI se. • , ]f-1111 tioTE-SOIL-S't ERILANT IS REGUIREDPRICR TO PLACEMENT OF MEW/Eta PAVEMINT, UN of FONTANA, CALIFORNIA STANDARD TRENCH REPAIR see EAX oRAwN tt Ma ✓sy occur) 5Y CAS F. nR, " APPROVED SY 'DATE `/ d City STD. DETAIL 131 NMI =II =I. INN NMI 111111 NISI I MI 111111111 DULL t! TAP br 2 — Ales Head cep strew KEY 81 NOTCH GATE c...IE,Icr�TION ' To co UMN_ 1 Wit le stele Flatten pipe INSTALL CIele ICo.lc le be, whs. 3/S • I WELD tow Otte --- CUT OOw CHAIN a LOCK CONNECTION NW to scale 5.0 ler_12'.Isle . _ 6•0. Ir N • I • pow Ord DOLT N•fl•clas to pps 11OIe11 ppe O /�es Mown tdt w•e•• .. NOTE 1te1Warewo soldop j �.- 2" PIN flnrlpe • \ �_ te Id woo gaol. I -- $s l•clors-- (w60R1 2'•pa y- i' . • f', •- I 3.0 ppe 1—` 1!.• • CWs 'A concrete SwocalI . PIPE GATE Llnoi'7ONTA1 OPENING Nol 10 scale NOTkl • AM pros wld•d w, shop (No Head welds) Allows ono humps 10 be yolvonu•d Crete bingo to be Paced mael e sloe Oslo to open ewes No o so h000t whoa decpl cable. 1•. 3"•ppew e-H1y red WELD Ye' • sad. Oar be peel M Mewl 3 SW. ,sly. pipe pep secured 411O I/4 poly. roved Ned rivet At • • 5, SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT I EVISIONS REVISED 3-211-74 •ee MIDIS e11-/e n(s MI lP e•1rr DAWN SY DATE N D.G. I 7-6-72. FILL NO SP 209 'MUM\ JGnGn APPENDIX II SOILS DATA INDEX: I. BASELINE AVENUE TRUNK SEWER SOURCE: Soil Investigation, Proposed trunk sewer line, Baseline Road between Citrus and Beech Avenue, Fontana, California BY: SOIL AND TESTING ENGINEERS, INC. 167 W. ORANGETHORPE PLACENTIA, CALIFORNIA 92670 (714) 524-9130 STE 9041068, REPORT NO. 1 DATED JUNE 4, 1990 II. ALMERIA AVENUE TRUNK SEWER SYSTEM SOURCE: Report of Geotechnical Investigation, Tentative Tract 'to. 12314, Baseline Road near Citrus Avenue, Fontana, California BY: SOIL AND TESTING ENGINEERS, INC. 167 W. ORANGETHORPE PLACENTIA, CALIFORNIA 92670 (714)524-9130 STE 8741089, REPORT NO. 1 DATED JULY 14, 1987 ca APPLICABLE TO: Almeria Avenue, north of Baseline Avenue, for sewer installation BASELINE AVLNUL ANU HLF1.l % WICHUL TRUNK SEWER APPENDIX II SOILS DATA I. BASELINE AVENUE TRUNK SEWER SOURCE: Soil Investigation, Proposed trunk sewer line, Baseline Road between Citrus and Beech Avenue, Fontana, California BY: SOIL AND TESTING ENGINEERS, INC. a 167 W. ORANGETHORPE PLACENTIA, CALIFORNIA 9267a (714) 524-9130 STE 9041068, REPORT NO. 1 DATED JUNE 4, 1990 9 1 STE 9041068 June 4, 1990 Page 3 RECOMMENDATIONS AND CONCLUSIONS GENERAL: Based on a review of our exploratory borings and the submitted improvement plans prepared by Madole and Associates, Inc., it is our opinion the project is feasible from a soils engineering standpoint provided the recommendations contained herein are complied with. EXCAVATION: Due to the cohesionless nature of the near surface soils,it is our opinion that excavation of a vertical wall trench without the use of shoring will not be possible. Excavations left unsupported in the type of soil will most likely cave until the angle of repose is reached (approximately 1:1). With respect to the location of this proposed sewer line along the existing alignment of Baseline Road, an unshored excavation is obviously unacceptable. Shoring should be designed and constructed in accordance with Cal -OSHA standards. BACXPILL: All soils encountered in our exploratory borings are considered suitable for use as trench backfill.' Furthermore, it is our opinion that the soils are also suitable for use as bedding and shading material provided the cobbles are removed. Backfill soils should be placed in lifts, moisture treated to 2% above optimum, and compacted to at least 90% of maximum dry density. If a jetting procedure is used, the contractor should provide a backhoe to excavate test pits at randomly selected locations to allow compaction. testing at representative depths. MAitn LIE 1 MATCH LSE 2 3&TANA / E SU 30.00 - B-2S STA25.00- PROPOSED BEECH NE STA 4540- B-1 STA 40.00 - PROPOSED ALMBJA NE LIE ENE. MATCH LSE 2 MATCH LJE 1 r=zoo' SOIL and TESTING ENGINEERS INC. 1 BORING LOCATION MAP •Y: DATE: .440 JOS NUMBER:9O41O68 PLATE NO. SUBSURFACE EXPLORATION LEGEND • 1 1 1 1 1 1 UNIFIED SOIL CLASSIFICATION CHART SOIL DESCRIPTION GROUP SYMBOL I. COARSE GRAINED, more than half of material is larger than No. 200 sieve size. GRAVELS CLEAN GRAVELS GW oA're tnan half of coarse fraction is larger than No. 4 GP sieve size but smaller than 3'. GRAVELS WITH FINES GM (Appreciable amount of fines) GC SANDS CLEAN SANDS ogre than half of coarse fraction is smaller than No. 4 sieve size. SANDS WITH FINES (Appreciable amount of fines) II. FINE GRAINED, more than half of material is smaller than No. 200 sieve size. SILTS AND CLAYS SW SP SM SC ML Liquid Limit CL less than 50 SILTS AND CLAYS MH Liquid Limit CH OH greater than 50 HIGHLY ORGANIC SOILS PT TYPICAL NAMES Well graded gravels, gravel - sand mixtures, little or .no fines. Poorly graded gravels, 'gravel sand mixtures, little or no fines. Silty gravels, poorly graded gravel -sand -silt mixtures. Clayey gravels, poorly graded gravel -sand, clay mixtures. Well. graded sand, gravelly sands, little or no fines.. Poorly graded sands, gravelly sands, little or no fines. Silty sands, poorly graded sand and silty mixtures.. Clayey sands, poorly graded. sand and clay mixtures. Inorganic silts and` very . fine sands, rock flour, sandy silt or clayey -silt -sand mixtures.with slight plas- ticity. Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays. Organic silts and organic silty clays or low plasticity. Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic' silts. Inorganic clays of high plasticity, fat clays. Organic clays of medium . to high plasticity. Peat and other highly organic soils. • Water level at time of excavation or as indicated US — Undisturbed, driven ring sample or tube sample CK — Undisturbed chunk sample BG — Bulk sample SP — Standard penetration sample 07 801EINN: iiiENOINEERB INC. BY: RR DATE: 6/7/90 JOS MUMME11:9041068 Plate No. 2 • 130.12/88 a 4 W 3. H US BG US BG US US us BG US SM SM/SW ML SM/SW SW SW/GW tt. BORING NUMBER 1 ELEVATION 1385t DESCRIPTION Light Brown Fine -Medium Silty Gravelly Sand. (Alluvium) Grades to: Light Brown Fine -Coarse gravelly Silty Sand Increasing Gravels with depth Light Brown Fine -Medium Sandy Silt Light Brown to Grey Fine Coarse Gravelly Silty Sand Grades to: Light Brown -Grey Fine -Coarse Sand Grades to: Grey Fine -Coarse very Gravelly Sand to Fine -Coarse Sandy Total. Depth = 25' No Groundwater. SOIL and TESTING ENGINEERS INC. APPARENT MOISTURE Humid Humid Humid - Dry 0 zz~ W W fA H z. < W d H C 4 • o C C3 . Medium Dense Dense Hard Very Dense PENETRATION RESISTANCE 27 58 (blown/ft.oldrlir.) 50-4• 50-5" 50-4" 109.5 109.9 108.0 MOISTURE 1- z W z 0 6.2 2.2 2.6 RELATIVE mol SUBSURFACE EXPLORATION LOG LOGGED BY: SS JOB NUMBER: 9041068 DATE LOGGED:5/31/90 Plate No. 3 DEPTH 111.1 0 SAMPLE TYPE BORING NUMBER 2 ELEVATION 1375i OESCR IPT1ON APPARENT MOISTURE APPARENT PENETRATION RESISTANCE i_Iblows/ft.ol drINsl MOISTURE CONTENT I%I RELATIVE C OM PA CT ION IXI SM 10— Amia 15_ NMI 20 — 25 - US US BG US US US US US SM SM/SW SM SM/SW SW Brown Fine -Medium Silty Sand (Disturbed Alluvium) Brown Fine -Medium Silty Sand Grades to: Brown Fine -Coarse Gravelly Slightly Silty Sand Grades to: Brown Fine -Coarse Gravelly Silty Sand. Grades to: Grey Fine -Coarse Gravelly Slightly Silty Sand. Grades to:. Grey Fine -Coarse Gravelly Sand Humid - Moist Loose Humid Medium Dense Very Dense 22 50-4" 50-6" 85-11' 50-3" 50-4" 50-5" 121.3 118.9 117.5 2.5 3.4 3.4 MEI MEd • aMI mml GEN Total Depth ■ 25' No Groundwater SOIL and TESTING ENGINEERS INC. SUBSURFACE EXPLORATION LOG LOGGED BY: BS JOB NUMBER: 9041068 DATE LOGGED: I/31/90 Plate No. 4 1 1 1 1 1 1 DEPTH IIt.I SAMPLE TYPE z O 1:: —a C% O J V BORING NUMBER 3 ELEVATION 1368t DESCRIPTION APPARENT MOISTURE APPARENT PENETRATION DRY DENSITY• u o. CONTENT 1%1 RELATIVE COMPACTIONI%I 11. US SM 5- 10- 15 Mal 20 — • 25- 30 BG US US US US US SM SW SW/GW SW SM/SW SW Light Brown Fine -Coarse Silty Gravelly Sand(Undisturbed Alluvium) Light Brown Fine -Coarse Silty Gravelly Sand. Grades to: Humid Medium Dense 35 Brown Fine -Coarse very Gravelly Sand Grades to: Brown Grey Fine -Coarse Gravelly Sand to Fine -Coarse Sandy Gravel. Grades to: Brown Grey Fine -Coarse Gravelly Sand Grades to: Grey Brown Fine -Coarse Gravelly Slightly Silty Fine - Coarse Sand. Grades to: Grey Fine -Coarse Gravelly Sand Humid Humid - Moist Dense Very Dense 50-6 50-4 86-10" 71-10" 50-2" 120.2 c• 3.4 MOI ORM Total Oepth " 26' No Groundwater SOIL and TESTING ENGINEERS INC. SUBSURFACE EXPLORATION LOG LOGGED BY: BS JOB NUMBER: 9041068 DATE LOGGED: 5/31/90 Plate No. 5 , 113-5/86 DEPTH Itt.1 0 SAMPLE TYPE • 0 (A CLASSIFICATION Y BORING NUMBER 4 ELEVATION 1361± DESCRIPTION APPARENT MOISTURE APPARENT CONSISTENCY OR DENSITY w PENETRATION • W 41 2 12 < p ('- (A ▪ • W 3 Q 0 a RELATIVE COMPA CT ION IS SM BG US. US US 10 — SM SM/SW SM Light Brown Fine -Medium Silty Sand. (Disturbed Alluvium) Light Yellowish Brown Fine - Coarse Silty Gravelly Sand. (Alluvium) Grades to: Light Yellowish Brown Fine - Coarse Gravelly Slightly Silty Sand. Grades to: Brown Fine -Coarse Gravelly Silty Sand. Humid Loose mml Humid - Moist Dense Very Dense. 63 80 50-5" 120.5 124.7 122.6 3.1 2.0 3.1 20- 25 30 GW US SW US Grey Fine -Coarse Slightly Silty Sandy Gravel Grey Fine -Coarse Sandy Gravel Humid Humid Very Dense Very Dense 50-6" 50-1" Total Depth 24'" Refusal 0 241' No. Groundwater SOIL and TESTING ENGINEERS INC. SUBSURFACE EXPLORATION LOG LOGGED BY: BS DATE LOGGED: 5/31/90 JOB NUMBER: 9041068 Plate No. 6 (3-5/88 DIRECT SHEAR TEST RESULTS SAMPLE DESCRIPTION angle of internal friction r) . cohesion intercept (p&) • B-1 9 10' Undisturbed Sample 35 0 • MAXIMUM DENSITY and OPTIMUM MOISTURE CONTENT ASTM METHOD SAMPLE DESCRIPTION N/A SOIL and TESTING ENGINEERS INC. maximum density (pcl11 optimum moisture content(%) BY JAS DATE 6/6/90 JOB NO. 9041068 Plate No. 7 5TE9041068 Plate No. 8 SAMPLE 8-1 @ 7'-10' B-2 @ 19'-22' SAND EQUIVALENTS TEST RESULTS S.E. 38 39 411. 3ZIS 3A3IS rnivONV19 *ST1 NOI1t1SIdiS10 3ZIS NIYID Percent Finer • • o 0 0 0 O. MEMINMENO �EI.IMMIIIMO � ��w�wrwww�w==_ i 1111111111111.11.11111111111 1111111111111111 1111111111111111.11111.111111 EMI • • • • Q M .41 • vitt FA -_� HINES 1111111111111111111111110111 mummeei Egg • • ri• 2.4 4 -. ANAMMINERIA •. 0. • ............. • • • • T - .O PO 0 0 0 0 Percent Finr I Or 0 0 0 $ ',Scam Cornelia,' , , s.... .. N M O 1 96 'oN 93/1d 890tt06 'ON sor 06/9/9 am) svr A8 321S 3A3IS OHVONVIS .a-£ m z-s 3 p 2 0 2 0 0 Z 0 0 2 0 N O 0 8 m r m 0 • w s. 3 0 0 .32 r 0 g s • 0. 3 S 0 2 D •--I n r m co 0 1AA `/ r 00 "ONI 131:133NION3 ON11931 Pus 110E Nounandissa 3ZIS NIVUD Percent Poor t S 8 8 o 0 0 • • O c m- r_ co i • w • • • 0• • • M • si w" • 0 • • w' N • o • _o I s • 0 0 0 Percent Fine ° o I•I 1 $ 0,0 $ Scolo Convents' 0 11 s• N 0 0 0 D/DOvo/S sin ° 0 1 1 1 1 1 1 1 1 1 1 1 1 TRUNK SEWER APPENDIX II SOILS DATA II. ALMERIA AVENUE TRUNK SEWER SYSTEM SOURCE: Report of Geotechnical Investigation, Tentative Tract No. 12314, Baseline Road near Citrus Avenue, Fontana, California BY: SOIL AND TESTING ENGINEERS, INC. 167 W. ORANGETHORPE PLACENTIA, CALIFORNIA 92670 (714)524-9130 STE 8741089, REPORT NO. 1 DATED JULY 14, 1987 APPLICABLE TO: Almeria Avenue, north of Baseline Avenue, for sewer installation W WATER LINE Sp '5TO1?M DRAIN LINE --�� EXISTIN6 CONTOURra ------ SPeC IAL WAu- IReAYMENT • 5TRMET LIGHT . ,�. EX15T1►14 TREE D(PerT. AudirsaA fru/ AM paoPoesto MAOTICIZ PLAN eReRM OIQAIN 0 1 I r-- „.. • I L "tee s �, -T 5 1 I I ')UK LAG& •,• 20 • INN INN N N I M — NE N — M NM— MN— I NM N 1461 1 . eV 1G0 If. 8 1G6 1 «r /1G1 hey g j 1G7 Wit *le cos' „t. .11 Iaa 1l - 1 Vea"-_ b N NI -' » g IF Ns 1!'i b il• Ks= iP 1.4 K''1b am - ' a. tV t tie a0 it r; �,viciN ��ry •pp� innIL • tam M N-- — OM N NM I OM IMO N I E E R STE 8741089 July 14, 1987 Page 7 SITE PREPARATION REMEDIAL GRADING: We recommend that all existing soils be excavated to a depth at least 3 feet below existing grade or 2 feet below proposed footing elevations, whichever is greater. The exposed natural ground should then be watered to at least 3% above optimum to a depth of 18 inches. The soils should then be densified to a minimum of 90% relative compaction. The previously removed soils may'then be replaced in eight inch lifts, moisture treated to at least 2% above optimum, and compacted to a minimum of 90% of maximum dry density. The horizontal limits of the recommendations should include the area within a perimeter of 5 feet outside of each proposed structure. STREET AREAS AND CONCRETE PLATWORK: The subgrade soils 'beneath all areas to support streets and concrete flatworJ- (driveways, patios, etc) should be moisture treated to at least 2% above optimum and compacted to at least 90%. This moisture conditioning and densification should extend to a minimum depth of 24 inches. FILL AREAS: Areas to support fill soils, not covered by the previous sections, should be moisture treated and compacted to at least 90% to a depth of 12 inches. IMPORT FILL: Any proposed import fill should be non - expansive, have strength parameters equal to or greater than the on -site soils, and be approved by this office prior to its use. SURFACE DRAINAGE: We recommend that all surface drainage be directed away from the proposed structures and that ponding of water not be allowed adjacent to their foundations. STE 8741089 July 14, 1987 Page 8 EARTHWORK SHRINKAGE AND SUBSIDENCE FACTORS: We anticipate that shrinkage losses of approximately 10% can be expected at this site during grading. We further estimate that subsidence of natural ground will be on the order of 0.15 foot. It should be recognized that these values are estimates only and should not be used as a basis for pay. Provisions for adjustment of grades should be made should a balanced job be required. EARTHWORK: All earthwork and grading contemplated for site preparation should be accomplished in accordance with the attached Recommended Grading Specifications and Special Provisions. All special site preparation recommendations presented in the sections above will supersede those in the - standard Recommended Grading Specifications. All: - embankments, structural fill, and fill should be compacted', to a minimum of 90% at slightly over optimum moisture content. Utility trench backfill within 5 feet of the proposed structure and beneath asphalt pavements should be compacted to at least 90% of its maximum dry density. The maximum dry density of each soil type should be determined in accordance with ASTM D-1557, Method A --or C. FOUNDATIONS GENERAL: It is our opinion that the proposed structure may be supported by "conventional" spread footings provided the recommendations contained in this report are followed. We recommend that all footings be founded at least 12 inches below lowest adjacent finished grade with a minimum footing width of 12 inches. An allowable soil bearing pressure of 2500 pounds per square foot maybe used for foundation design. We further recommend that all continuous footings be reinforced with at least one No. 4 bar top and bottom. STE 8741089 July 14, 1987 Page 9 LATERAL RESISTANCE': Resistance to lateral loads may be provided by friction at the base of the fbotingand by passive pressure against the adjacent soil. For concrete footings on compacted soil, a coefficient of friction of 0.50 may be used. For calculating passive pressure, an equivalent fluid unit weight of 300 pounds per cubic foot may be used. Passive pressure should not exceed 1,500 pounds per square foot. When combining frictional and passive resistance, they latter should be reduced by one- third. SETTLEMENT CHARACTERISTICS: It is our opinion that the total and/or differential settlementsfor the proposed building will be within tolerable limits. EXPANSIVE CHARACTERISTICS: The prevailing foundation soils: were found to be nondetrimentallL,expansive and will not require special consideration and/or design. SOLUBLE SULFATES: Two representative samples of the encountered soils were tested to determine their soluble sulfate content. The results of these tests, as shown on Plate No. 25 indicate a very low sulfate content. In view of these test results, it is our opinion that Type V cement will not be required at this site. LIMITATIONS REVIEW,. OBSERVATION AND TESTING The recommendations presented in this report are contingent upon our review of final plans and specifications. The soil engineer and engineering geologist should. review and verify the compliance of the final grading plan with this 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 i SUBSURFACE EXPLORATION LEGEND UNIFIED SOIL CLASSIFICATION CHART SOIL DESCRIPTION GROUP SYMBOL. I. COARSE GRAINED, more than half of material is law er Nan No- 200 stew sue. GRAVELS CLEAN GRAVELS tan half of coarse fraction Is larger than No. 4 sieve size but smaller than 3°. GRAVELS WITH FINES (Appreciable amount of fines) SAMOS CLEAN SANDS re than half of coarse fraction is smaller than No. 4 sieve size. SAMOS WITH FINES • (Appreciable amount of fines) II. FINE GRAINED, more than half of material is smaller than No. 200 sieve size. SILTS ANO CLAYS Liquid Limit less than SO 1L O. OL . SILTS AND CLAYS Mi Liquid Limit CS OM greater than SO MIGILY ORGANIC SOILS PT - Water level at time of excavation or as indicated US — Undisturbed, driven ring sample or tube sample 130-12/86 SOIL Ind TESTiNO ENGINEERS INC. RRR oATE: 7/13/87 JO• mini ll: 8741089 Plate No. 2 TYPI:AL NAMES Well graded ;ravels, gravel - sand mixtures, little or no. fines. Poorly graded gravels, gravel sand mixtures, little or no fines. Silty gravels, poorly graded gravel -sand -silt mixtures. Clayey gravels, poorly graded gravel -sand, clay mixtures. Well gradtd sand, gravelly sands, little or no fines. Poorly graded sands, gravelly sands, little or no fines. Silty sands, poorly graded sand and silty mixtures. Clayey sands, poorly graded sand and clay mixtures. Inorganic silts and very fine sands, rock flour, sandy tilt or clayey -silt -sand mixtures with slight plas-. ticity. Inorganic clays of low to shediham plasticity, gravelly clays, sandy clays, sttty clays, lean clays. Organic silts and organic silty clays or low plasticity. Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts. Inorganic clays of high plasticity, fat clays. Organic clays of medium to high plasticity. Peat and other highly organic soils. CK — Undisturbed chunk sample BG . — Bulk sample SP — Standard penetration sample a. W J a. 2 TRENCH NUMBER 1 ELEVATION DESCRIPTION W cC M W W V! H o F- > O. CC h- y W W e ~ W S U < 2 <80 C iv cc 2 V 0 US Light gray brown, SILTY SAND w/gravel s Dry -humid Loose 0.8 GM Gray, SILTY GRAVEL Dry -humid I Loose Us 6— SM/GM Gray brown, GRAVELLY SAND w/some cobbles Grades to light yellow brown Bottom at 9'. No groundwater encountered. Humid IMed. dens SOIL and TESTING'"'"' • ENGINEERS INC. SUBSURFACE EXPLORATION LOG LOGGED ar. MH JOB NUMBEFt DATE LOGGED: 6/1/87 8741089 Plate No. 3 ::r 1 1 1 1 1 8- 9- 10- 11 W a- . US US 2 N CA • S. • SM GM TRENCH NUMBER 18 ELEVATION DESCRIPTION Gray to tan, SILTY SAND w/gravel Yellow brown, SANDY GRAVEL Grades to orange brown Grades to brown UJ Z CC US Q a. — <i Ory Dry -humid ° tu it E W la In o 1- > 0 Q H W. W C F- W F<- p. a. cif 2 0 } 0 2 S a ✓ G o v a: O v Loose Med. dense 0.6 1.7• Bottom at 10 1/2' No groundwater encountered. SOIL and TESTING iie7 ENGINEERS INC. '0InuMSER 8741089 SUBSURFACE EXPLORATION LOG oGOED sv: MH OATS LOGGE@ 6/2/87 Plate No. 20 1 1 1 1 1 1 1 1 W 0 SAMPLE TYPE TRENCH NUMBER 17 ELEVATION DESCRIPTION in* LU z cc UJ a. Cr) a. <2 DRY DENSITY U. i. = �- Z • ~ W U >. 0 < P. < Q 0 U SM BG 1 2- 3- 4— • US 5. 6- 8- 9 Gray to yellow, SILTY SAMD Dry ' Loose GM Yellow brown, SANDY GRAVEL w/cobbl es Grades to orange brown Dry -humid Loose-med. dense 1.5 Bottom at 9' • No groundwater encountered. MIM • mml SOIL and TESTING ENGINEERS INC. SUBSURFACE EXPLORATION LOG LOGGED BY MH JOB NUMBER 8741089 DATE LOGGER 6/2/87 Plate No. 19 • 1 • •w• i SAMPLE TYPE NOOol 1- 2— 3- 5- 6— 8- 9- 10— OMMI .411 wool US US N CLASSIFICATION .SM GM TRENCH NUMBER 16 ELEVATION DESCRIPTION ,•Gray brown, SILTY SAND w/gravel Yellow brown to brown, SANDY GRAVEL w/cobbles Bottom at 9 1/2' No groundwater encountered. SOIL and TESTING ENGINEERS INC.. us ct < U, a. < 2 Dry Dry -humid. Loose. Loose-med. dense ON 2.6 rif < U J < Wcc 2 v SUBSURFACE EXPLORATION LOG LOGGED Br . JOB NUMBER 8741089 OATS LODGE* 6/2/87 Plate No. 18 2 1 1 1 1 1 1 1 1 1 1 1 L a. W G 1 J 0 CLASSIFICATION TRENCH NUMBER 10 ELEVATION DESCRIPTION lLi US M CC a. Cn — < i us7 W cc < 1-W W a y az < aa J < o a o 2 0 sz COMPACTION (9i US SM Gray brown, SILTY SAND w/gravel Dry ommll 2- 3- BG 4- 5— 6— 8- 9- US 10— 11- GW Light gray to light yellow brown,. SANDY GRAVEL w/cobbles Dry -humid Loose Med. dens 1.3 12— Bottom at 11 1/2' No groundwater encountered. SOIL •and TESTING "'•~?" ENGINEERS INC. L OGGEO er. MH ,roe ER 8741089 SUBSURFACE EXPLORATION LOG DATE LOGGEM 6/1/87 NUMB Plate No. 12 TRENCH NUMBER 11 ELEVATION DESCRIPTION CC M a - O < 2 V } 1. Z Z .F Q W W H CC Q Z Z f Z < W G H 0 0 i V SM US US Light gray to -light yellow brown, SILTY SAND w/gravel Dry -humid Loose 0.9 GM Yellow brown, SANDY GRAVEL Grades to orange brown Bottom at 10' No groundwater encountered. Dry -humid • "5011.;TESTING-' ..6 ENGINEERS INC. AIM Loose-med. dense SUBSURFACE EXPLORATION LOG LOGGED BY: ' MH JOB NUMBER 8741089 an LOGGED: fi/VV Plate No. 13 1 1 1 1 1 1 1 1 1 1 1 a. w 1 J 2 TRENCH NUMBER 12 ELEVATION DESCRIPTION UJ Z It UJ CL N < 22 M• V W if S. us Z Z Z c ccZ >11: O CL N 0 0 O Z W 0 11. U 0 0 128 s 2 0 SM Gray brown, SILTY SANG w/gravels Dry -humid. Loose • BG 2- 3- 4— US 5- 6— • 8- 10- - - GM .Light gray to yellow brown, SANDY GRAVEL w/cobbles Grades to orange brown Dry -humid • Bottom at 10'. No groundwater encountered. • Loose-med. dense 1.1 • ife • . SOIL and TESTING- -..... ENGINEERS INC. jiii SUBSURFACE EXPLORATION LOG 'LOGGED 5Y ' • ' •- " ..'-•,; •-::•r.DATE LOGGEOc:.,•••• •.-.• + . MH • 6/1/87 e NUMBER 8741089 Plate No. 14 TRUNK SEWER APPENDIX III TRAFFIC CONTROL MEMORANDUM CITY OF FONTANA California TO: PLAN CHECK, INSPECTION, ENGINEERS, CONTRACTORS Ah°FROM: ROBERT W. WEDDLE, P.E.CITY ENGINEER -q� CLYDE E. SWEET, JR., CITY TRAFFIC ENGINEER F W RE: TRAFFIC CONTROL PUN AIM DETOUR PUN SUBMISSION AIM CHECK PROCEDURES WITHIN THE CITY OF FONTANA DATE: AUGUST 21, 1992 Where any construction within public right-of-way is necessary and approved by the City of Fontana, Traffic Safety Control plans may be requiredprior to commencement of work. The following is a list of typical Traffic Control Plans and requirements: - ,•Yam. 1. VERY SMALL STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic will be maintained (such as with blanket permit users), the pernittee will be required to follow Chapter 5 of the - Caltrans Traffic Manual. There will be no formal Traffic Control Plan 4 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 ee may not bee requiredireed,a Traffic Control Plan may be required. The p 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. Ito follow awformal pt� Plan 5 n ofis not required, the pereittee shall b� required and review fees will be he Caltrans. Traffic Manual; normal inspect required as per City Resolution. If a full Traffic Control Plan is required, the Plan sheet(s) type of will requireol about lNd days noot requireo vno review g, process. and t normal inspection and review ffic Control Plan would fees will be required. August 19, 1992 Page Two I 3. MAJOR TRAFFIC CONTROL OR DETOURS A road closure or traffic control which will be more than 8-hours 1.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 II following process is followed: A. Payment of Fee II 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. IB. Plan Check Submittals Major Traffic Control and/or Detour Plans normally are. submitted during or following the review and approval of construction plans. I 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 Iplans 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, IIauthorization and notification is prepared and issued. Format Specifications Sheet size of 24' x 36• with border and City title block Ii. 2. Drawing to be accurately proportioned atfeeted jurisdiction(s) 3. A signature block any I Authorization will describe the specific requirements of approval:. 1. Notification of public, public agencies and news services 2. Closure conflict disclaimer I 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by any affected jurisdiction(s) IRW:CES:sh '. - . .. • • i .. w ♦ \ l:e� mil .;li .�V.�l •!!'*ter �...�•�.'I.�:'►►i o.ly.w.1�•14.I+ •I - /.. J...h .. \y. '���M \`�'\\w .vim -�I.. .1.. . ..l Y'•.':1��\/•"••wN\�:w ��.��, /' APPENDIX IV STOCKPILE CONDITIONS FOR EXCESS DIRT FROM ALMERIA AVENUE (ALSO SEE,SPECIAL PROVISIONS, 300-2.6) . Y�' SOUTHERN CALIFORNIA DIVISION December 29, 1992 City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Re: Sewer Construction across Presley property Attention: Maggie Pacheco Dear Ms. Pacheco: Find a copy of the letter _forwarded to Felipe Molinos on December 21, 1992. As a follow-up to further discussions with Felipe, this letter is permission to reuse rock under 12 inches in diameter in the trench backfill and stockpile per the approval of your full time Soils Engineers Inspector. All rock over 12 inches in diameter is to be removed from the site. If you have any questions, please contact me immediately. Sincerely, Alan D. Uman Vice President Engineering ADUskb CC: Milt Madols stave- Jones 19 Corporate Plaza, Newport Beach, California 92660 • (714) 610.6400 FAX (714) 640.1643 Pon Office Box 6110, Newport Beach, California,926St-6110 SOUTHERN CALIFORNIA DIVISION December 21, 1992 City of Fontana 8353 Sierra Avenue Fontana, Ca. 92335 RE: Sewer Construction across Presley property Attention: Felipe Molinos Dear Mr. Molinos: As a follow up to our conversation, Milt Madole of Madole Engineering has created a stock pile plan for excess dirt generated from the sewer construction. It ' is agreed that the dirt only generated from the construction within Presley's property can be stock Filed on Presley's property per the stock pile plan. This is with the understanding that the dirt stock piled on Presley's property will not contain any rocks. Rocks are to be hauled from the subject site. If you have any questions, please contact Milt Madole or myself. Sincerely, Alan D. Uman Vice President Engineering cc: Milt. Madole Steve Jones .:.-..- es ..:•••.de, • '1:•:!•- •- .._• ..."••••• v.i.ir•.a•..k•..•:ram::••,.,,.•t-!.••-...:.•s.-•......: 19 Corporate Plaza. Newport Beach. California 92660 • (714) 640.6400 FAX (714) 640.1643 Post Office Box 6110, Newport Beach. California 926511-6110 p IFARID IN TMt OPPICS 0P *OOLU ANC ASSOCIATU, NC. CONI ULTINO CIVIL 1NOINUL AND LAND PLANNERS if>r O.ISM IMO - SANTA AMA. CALIFORNIA WIt. 44 t to< vga Not rtAtarevi it item ViVitittkvotatomc � Wasikaannarta riaMITItal nal likvirs egg " PaPpil VI/Erl I1I!f' 1 b A5agtE.: () l"• 2Z01 /11 • 45E :STOCKPILE EXHIBIT TRACT NO. 1 231 4 l'tO 1Li as Sal ex• arta• .RecKr+�- ` V MAR tIlCYYTQN $ - a "► tL im. t• VER. 1'•. HYDROSEED MIX TO BE USED ON STOCKPILE AREA OF TRACT 12314 AND ON ALMERIA AVENUE 2000 LBS/ACRE (#/A) 400 #/A 120 #/A 20 #/A 20 #/A WOOD CELLULOSE FIBER. 18-18-18 COMMERCIAL FERTILIZER. STABILIZING BINDER. BROMUS MOLLIS "BLANDO BROME". BROMUS RUBENS "RED BROME". •..• ••••. •,I.-••..'...raY,.'•�. .. .�¢'I ,•r•r .H.!frt.' si• /I L► %Mrode ►.;.1.•.,7i...rNetlArd..v.•.a..Sr. AppliCatbn for Buddinq Perms CITY OF FONTANA POST OFFICE BOX 61E FONTANA CA 92335169E (714) 360.7E40 Car Tat DESIGN REVIEW NO. PET NO. lie el PIM* Malin lie. • Type a Corot. Too No. Oa. Group lw Nee Use Zone APN Ne. • et Sense YARDS: Prop. laces / s.b.dts tare Idt ri9M rear Area Iner•asa Allowed: tJ Yes 0 Ne Red Type Fire Siwinklers: Rewired 0 Yes 0 No 0 By ardrrnoo 0 Fa Area 0 For Occupancy Oce. 03,0 Clx GOY One GIP Parcel Sass Arse at 1s1 Area at l •) Ares atL. 1 at Total EkIO. Ana at Valuation: 0 Computed 0 Other Source. Tel a ILe UCENSEO CONTRACTORS DECLARATION ❑ 111M.erMrw.MII•r.•NN MM.1rwr•ruMCNmw•win 11 .••100a • 0r.r.••M me suet.. .I Premium Cosa W or r•les•w MI Sim sal • en X 1r•.r Ile Soo Ua• OWNER -BUILDER DECLARATION Loos► we Ow I Y ewe. Inn M C•rneW. Lew s. 1. M r4ore Malin ILA Il el..fa.MPIM..wMCoda. M/wIrM Wads wermMMM...rs inwisb16..t • sinew. r•M.uisern � .•M M N � lmoSone O nAn o i..rs 40Ass Use salibuol *AMP SAS �• l_. w.w 7000 M01.ri.n3 011.04r.w rid P'MrrwC.nl M Mt SOO Owens. •N Me USN Air OS Mops w•I.e•w M7 oMYm1 M Sea 70311 In M we•W Ur • Omni e.lmns se MINIM r e.M MI✓r alms ••• M Oft w•..1 sow M0a0a: wrw.MMr1. .M .•rV.rs•rel e.seeM.r l.rrsrsions1.1r1seM.• , 04I, wM Ilmluie a NI ~Ole V OWN ler WI Mot ?Owl e111.r•r. .w PrMerer Gum: 1M C•r_..•I.M su.ssw.w own esMwow r1.e mon•no.wlw.•Ill 1•••r W.•. ./l wen tr•1 srWaI INre w•r.•11r•w wooM OW nab r.wel..•• w sal monad FCI. .ssrrll• IIMNIe..Low.ore.rlwe.w.ws•.r•..w.OrM.Mwrw•..l M..eP WI MGM .ere•.1r.re MO N id AlaVIM M MAP* kW MO 11P.P.• M.w► I.is•w1W AO Vol.e1.1R AO •r-Y.1.b.•••die will •0•le.• ..•.•slues leIM MO OM won woo •w...•..lrr.1.•u•....•..r•n4..M WIM.. IniMMr..wansoA lo r1M•.r•rY1.n. . row* eowew is M C.w.OY• ls.•.1 Nor • ❑ I�ele►rwNrrt .r.WNWSea a.Ca • 'ft" o.•. X WORKERS COMPENSATION DECLARATION 1 .moor sew OM I Ire• • OA.er r Wow... • undone M WM.W C.-..1.1.. .Mnr.1.l . . *MOO ales MIMI1a•e 31100. Lam Cala ' h11srM COI11eG 0 Cal will 0 M CGnarl Mar•1r1e.r.•..•. Dan Swann X CERTIFICATE OF EXEMPTION FROM WORKER! COMPENSATION INSURANCE T••. aer.s•s MMas••■••/.Marms •rism ••.••1110A. Ms I5WY•WWM I _•••••..eMMM•I. 'woman .ao rill••••••• IIwo•w•rOMMM!•Mm eowsralr e•se w•wM r WOWS CMre.1..w.1 I. sus M Cos Woe We owe X N01IC. ro.....c I? 1Mromp .1C.•wr•M 4•./ewr Mww�.rwlWlmwinosea w. s •w .. C••1•mamas amas M me win ma C1. •a.ono , emr •e suer Mr M owes Noon CONSTRUCTION LENOINO AGENCY wer..wr.•Iw1 1 Arun Aw. sane l ow es Meswerw W• wore wan no w M lama • naiad Oka 3010. Co Cl. (VOWS MOM u1.W. New MATERIAL DECLARATION OW •r fHAZARDOUS 1rM Mi101.MW eVelle.•.r.r111M..•.Na�la.M.1r w. •••1•e sM•M •.s1.e pis Arum' •erir.solo w.•• sa•T•.e • M MYYe••• MM•a M.1w�•.wwT' .r wr /Me.le e.•eq Me wllre 1000 rue 1 M M wow saioserr M • ww1W' ••'rll4M.osum ow morn *San .eewe.4Nee.telAC44 Onlin oar owns sri NOT maw* moose • WOW ..Mens sew e.erw pert 1 •r/! r ivy . M Sew soma . Sso 1.1lwalr Cool% 0eere.w• el a.•1e•ww1lW 14W1 3W.•w ].e a MwM.e• Peel M•. MIS COMM Y.•W.wwraCAM•IemM•d'1e. 31041161. 3 W iY OUAN. DESCRIPTION FEE Teat. Fees 01003106600 issue Fees 010-0312-0700 issue Fees 0100312-0900 Issu• Fels. 0100312.1000 Niue Fees 01003120600 issue Fees 0100316 1100 180ue Pies- 010031 Gredro 01003160100 Blades 010.03120700 Plumbing Medenkal ENrRkalPalma _ Sewer Stress 031ar TOTAL PLAN PECK PU$ 0i003100300 YES 0 NO ❑ u 0 Na 0.1w.+.I..O«mew X .Oil 0..10.oµi.K.lf.0N71K1POl TIN LICK 0N0/CTUK PAWING/IL .a1MCOHoy IeCP/.tt uM0 .S •1OMwiO e. 0e01r*NCl or Tw art 00 lantUM n orms P..•• .e •M0e1 r •.e•rr •.•• • •. sues•• •••• I p •we M. ew M imm w. • rue• r•..wl.. 10 wot 00 Nine► sane.. al sem •.N1•s.e. ••• we.r.loe one IOW 0 044 Pies W111 amps win es mar o••wM.w. W..trM• AMwWM11. 1M UMW C.•mee• AIM111.1.1.•.•rue 01 011 Ce.rlrr IMI r1111rM.11L WSOO WI M re•r•.• M M WW. 1 11,01110 Pail M CAP/ s.err•IOeYAW ••1 eltrr.11..wr. rr ►sodleseril e•e.sW•wMIM%IS Iva 1/ e ns M-W wsa •ee•W w 11WM.NlY•./ s1 M I••Mr 1 spies Oa M poet Mee rM SOO M Car ✓ ow rM••• rrrserlr*may lee M.M e.N 1Me1MW Ind l spin l••••MMIWIM•IrI . uee MIA M Car , WWI, MO ...no 1•M we sone1.1• .r POI M rrrwM ruin • r1si• Wes le Own goo r ow w• .O C•l..•.re• rse.l• r - ar..Wr• w wwree r 1•.stl ssiosM111Cw. Pew 0s140w1.1 MWaft sM.•lelrrsumnumAno•••••rlw.I.W 11r.. sores r ob. wow gee M w.1r• M •.r• rwwle. ow .41+.. X Mine rr� Senn O.WI 036 03174000 Sewn E1o•ro 1. 0230317.1600 3M1 010C22i0000 Part Dsree.ps1•ll 031 03174400 WNIN*10 lrlap.tfo.1 Fee 010. 3100900 Tree 0e0e91 011 2200400 Tree Irop.e ten 01003124100 Lando:ape Ron Clwdt 010-031 a0000 CMT VMS Devil - 01003124000 Noah Fenton 01003124200 Sp.cMTat- 013.0311- Mc00e)ber __• 010.0312.1900 Miae•Fr11 dose 1 _01003164000 Re-Mp TOTAL OM „APPROVALS:•phi41.0,A��i •a+'..ti•>4.cs•,►v .W► a.e1..,•1•rr-11 nentclr i<t4'�'o�A"••` P1M1 CAk Pi10• OIa.C1011100 m1l••r. AND MST, wane n Doe CUSTOMER