Loading...
HomeMy WebLinkAbout12.3 Specifications & Agenda CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT i..-i FRO~M.-CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94. PREPARED FOR CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7510 PREPARED BY -,;__: -'.- _,e.',.'. CITY OF FONTANA 8353. SIERRA AVENUE FONTANA, CA 92335 ',' ~ (909) 350-7610 SEPTEMBER 1994 ~-~ These plans and specifications are the exclusive property of the CITY and shall not be used in any manner without prior consent of the CITY. Any reuse of these plans and specifications by Others shall be at 'the Other's sole risk and without liability to CITY OF FONTANA. CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 Prepared Under the Supervision of: FELIPE U. MOLINOS ~~, DATE: Approved: ROBERT W. WEDDLE DATE: CITY OF FONTANA TABLE OF CONTENTS FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 NOTICE INVITING SEALED BIDS NB-1 - NB-2 INSTRUCTIONS TO BIDDERS IB-1 - IB-6 PROPOSAL. DOCUMENTS P-1 - P-16 Proposal P-1 Bidder's Information 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-12 Addendum No. Acknowledgement P-16 CONTRACT DOCUMENTS CA-1 - CA-20 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~I 9 GENERAL CONDITIONS: GC-1 - GC-9 Scope of Work GC-1 Location of Work GC-1 Time of Completion GC-1 Liquidated Damages GC-1 TABLE OF CONTENTS (cont'd) Section7 Responsibilities of the Contractor SP-6 7-1 Contractor's Equipment and Facilities SP-6 7-2 Labor SP-6 7-3 Liability Insurance SP-6 7-5 Permits SP-8 7-9 Protection and Restoration of Existing Improvements SP-8 7-10 Public Convenience and Safety SP-9 7-15 Payroll Records SP-12 Section 9 Measurement and Payment SP-12 9-3 Payment SP- 12 PART 2 CONSTRUCTION MATERIALS SP-13 Section 211 Soils and Aggregate Tests SP-13 PART 3 CONSTRUCTION METHODS SP-14 Section 300 Earthwork SP-14 300-1 Clearing and Grubbing SP-14 300-2 Unclassified Excavation SP- 15 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials SP-18 301-1 Subgrade Preparation SP-16 301-6 Soil Sterilant SP-16 Section 302 Roadway Surfacing SP- 17 302-5 Asphalt Concrete Pavement SP-17 Section 303 Concrete and Masonry Construction SP-18 303-1 Concrete Structures SP-18 303-2 Air Placed Concrete SP-21 303-7 Rock Slope Protection (Rip Rap) SP-21 Section 306 Underground Conduit Construction SP-21 Section 308 Landscape and Irrigation Installation SP~22 308-4 Planting SP-22 308-5 Irrigation System Installation SP-22 308-6 Maintenance and Plant Establishment SP-23 Section 313 Removal and Salvaging of Existing Sewer Pump Station SP~23 TABLE OF CONTENTS (cont'd) TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPE PLANTING APPENDIX I SOILS DATA APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III APPLICABLE STANDARD PLANS APPENDIX IV PUMP STATION DETAILS APPENDIX V CALTRANS ENCROACHMENT PERMIT SAN BERNARDINO COUNTY ENCROACHMENT PERMIT APPENDIX VI PLANS SEPARATE DOCUMENTS Title: WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 Dwg. No.: 2315, SHEET NO. 1 THROUGH 2 CITY OF FONTANA COMMUNITY DEVELOPMENT DEPARTMENT NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 PUBLIC NOTICE IS HEREBY GIVEN that the City of Fontana, as CITY, invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk up to the hour of 2:00 P.M. on the 6th day of April, 1995, 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 partial removal of existing street improvements, construction of Washington Drive Sewer System from Cypress Avenue to approximately 803 feet east, removal and salvage of existing pump station, reconstruction of street improvements, and all appurtenant related work. Copies of 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 Twenty Dollar (920.00) non-refundable fee (925.00 if mailed). Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond available to the CITY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered, A payment bond and a performance bond, each in an amount equal to 100 % of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The CITY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or NB-1 religion in any consideration leading to the award of contract. The contract documents call for monthly progress payments based upon the engineer's estimate of the percentage of work completed. The CITY will retain 10 percent of each p~ogress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the CITY will pay 'the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities. Bids must be prepared on the City provided proposal forms and completely filled out in conformance with the Instructions to Bidders and all proposal forms must be submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROXIMATELY 803 FEET EAST - DO NOT OPEN WITH REGULAR MAIL". The CITY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety five (95) days. At the time of contract award, the prime contractor shall possess a Class A contractor's license and/or any combination of Class "C" specialty contractors license(s) sufficient to perform the work. BY ORDER OF the City Council of the City of Fontana. Dated this 7th day of February, 1995. City of Fontana 8353 Sierra Avenue Fontana, CA 92335 (909) 350-7610 NB-2 CITY OF FONTANA F" INSTRUCTIONS TO BIDDERS ~ FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT F FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST · BID NO. SB-71-94 PROPOSAL FORMS r- Bids shall be submitted in writing on the Proposal forms provided by the CITY. All ~ information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these · ,F' requirements. PROPOSAL GUARANTEE (BID BOND) ! Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond payable to the CITY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a ~ guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies ' and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the CITY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds 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 r- guide. The lowest responsible bidder must execute the contract documents and i 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 r- 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 CITY is " personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non-Collusion Affidavit shall be executed and submitted with the proposal. NON-DISCRIMINATION AFFIDAVIT Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Bidder shall declare that it does not discriminate in its employment with regard to such factors. The IB-1 Non-Discrimination Affidavit (on enc,losed form) shall be executed and submitted with the proposal, PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids 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 estimat~;s from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. REJECTION OF BIDS The CITY reserves the right to reject: any or all bids or waive any informality in any one or all bids received. EQUIPMENT RENTAL 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 CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids." Late proposals will not: be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROXIMATELY 803 FEET EAST- DO NOT OPEN WITH REGULAR MAIL." WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting :Sealed Bids". The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requestsd. No oral, telegraphic, or telephonic proposal, IB-2 modification, or withdrawal will be c. onsidered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder,, and while doing so, may also submit a formal proposal as a prime contractor. At the time of-contract award, the prime contractor shall possess a Class "A" contractor's license or a combination of Class "C" licenses as required to perform the work. No contract will be executed unlesa 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 Yousuf Patanwala, P.E. Associate Engineer/Special Projects at (909) 350-6645 a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any other explanation or interpretations of the proposed documents. ADDENDA OR BULLETINS All bidders are advised as to the possibi[ity of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the contract documents and shall be returned with them. Failure to covar in 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, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. AWARD OF CONTRACT Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The avard of contract, if made, will be to the lowest responsible Bidder as determined solely by the CITY. At the time of contract award, the successful Bidder shall hold a Class A Contractors License or a combination of Class C license (s), as required to perform the work, issued by the State of California. Additionally, the CITY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the CITY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No bidder may withdraw his proposal for a period of ninety-five (95) days after the time set for opening thereof. However, the CITY will return all proposal guarantees within ten (10) days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. === LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the CITY has obtained the, general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the CITY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collectiw; bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. FIi The Contractor and all subcontractors shall comply with the provisions of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned, The CITY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be ie considered by the Contractor in ,determining his bid, and will not under any circumstances be considered as the basis of a claim against the CITY on the contract. '" The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, Or age (of such employee), except as provided in Section 3077. WORKER'S COMPENSATION CERTIFICATE ~ !. Section 3700 of the State Labor Code requires that every employer shall secure the ~ ',., payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. IB-5 In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to CITY along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, 'the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may haw.. under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontracto This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITI~[S In conformance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities 'for any monies withheld by the CITY to ensure performance under the contract. At the request and expense of the c. ontractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY'S Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code), bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor's total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. It is the CITY's intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. IB-6 RIDDER'S NAME .,S'.-.-~. t"~k.)'¢,~--, COMPANY S.-.~. ~L)~-K, CITY OF FONTANA · ,.I;~:, :. PROPOSAL FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER. PROJECT FROM CYPRESS AVENUE ,TO APPROX.' 803 FEET EAST BID NO. SB-71-94 TO CITY OF FONTANA, as CITY: In accordance with CiTY's "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the abowt stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In. the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER 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 prows~ons 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. BIOE)ER 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 haw; been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties ~n[erested ~n (h~s proposa~ as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, fiEm, 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 aotion has been taken to seek out and consider disadvantaged businese 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 ernployment 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 5'/Oct ~ :;;L-'b"and that the license expiration date is o 5'- :3 t - ¢tf' DATED~¢~{L- ok , 19~,' BIDDER SE~. 9, t)e_K~lzo~ "~c, BIDDER'S ADDRESS: B ~tSq FAX NO.~9~ P-2 BIDDER"S INI=ORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: .~.5. f~tD~v-lAc~z~'5 _I'~-/c. Business Address: 6 [~'1 ~~ ~, Telephone ( ~0~ ) 5~-~ Fax No. ( ~01 ) State Contractor's License No. and Class: ~ O~2 A "~" Original Date Issued: ~7 ~o~ 1~8~ Expiration Date: The following are the names,, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voSunta~V o~ ~nvo~untarV bankruptcy audgments 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: CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Number -5'/0~ ~ License Classification ",~" Expiration Date Name of Individual Contractor (Print or type): Signature of Owner Business Address or Name of Firm Business Address Name Title Address Name Title Address or Name of Corporation $.5, Rugy,~p,~z~ Business Address (~15'7 t~,c~r ~- /~,~r~ Lom~ C~. Corparatron organized under the laws of the State, Sign ur, e of Pr, si . S' orp , 4elz~u 0 ( Ic~qf'' Date LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Address of Percent Specific Subcontractor License Office, Mill of Total Description of is Licensed No. or Shop Contract Subcontract All items of information requested on this page are required, Bidders shall specify each subcontractor who will perform work or labor or render service on the prime contractor in an amount in excess of one half of one percent (0.5%) of the prime contractor's total bid. Failure to list all information as requested above may result in disqualific'ation of the bid, 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: Name ~ IT'~ o P ~GST0,...O Phone (61c{);756 -3531 Address ~q,,~O ~.. rnT, ~Of~.~To~ Cjp d~z'SII Name E'~.~e,-,j rn~,~,~,f~u ~-,,~L O,~-m,cr Phone (~'o~ ) ?~- Address ~,c.. B o~ Name ~,~ nL ~p.Z~ % ~ ~,~T~ ~ssoc, Phone ( 71~ ) 751 Address 5~ ~o~itb~ ~ I~F2~ DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIODER ~ntends to procure insurance and bonds: Name Wps~i~ ~e~,~v~ ~s. ~. Phone(~O~ ) Address 1~3~ ~e~tu-~u ~;~ ~ ~ % ~e ~,;t.~ ~s-~ s~u,~ Phone( 7/~ ) ~]o- ootl Address ~3~ ~ m ~o~ 5u~ "~" Name ~,~,~ ~s. ~¢u.~c ~ Phone( 7/~ ) Address ~%~ E. L'~ ~t~a ~,,c ~/~ Contrading 6157 MARLATT · MIRA LOMA, CALIFORNIA 91752 · (714) 68~7488 Page One CONTRACTOR'S STATEMENT OF EXPERIENCE 1993 Water Installation 131,952.00 Orange City Of Orange 300 E. Chapman Ave. 8 4 Sewer Installation 351,742.00 Hesperia City Of Hesperia % Paul Moote & Assoc. 57 Brookhollow #1528 Santa Ana, Ca. 92345 (714) 751-5557 Sewer & Water 156,520.00 Perris M.I. Hansen Co. Installation 2121 S. 850 East Bountiful, Utah 84010 (801) 298-5599 Edison,Telco & T.V. 179~000.00 lake Elsinore Centex Homes Installation 4351 latham St. #100 Riverside, Ca. 92501 (909) 781-4000 Sewer Installation 228~415.00 Perris E.M.W.D. P.O. Box 8300 San Jacinto, Ca.92581 (909) 766-1831 Water Installation 225~000.00 San Clemente T.C.M.W.D. 851 Calle Agua San Clemente, Ca. 92672 (714) 259-1540 Water Installation 147,699.00 Riverside City Of Riverside 3900 Main Street Riverside, Ca. 92522 (909) 782-5304 1994 Sewer,Water & Storm 894,897.00 Coachella Tilden-Coil Constr. Drain installation 3612 7th Street Riverside, Ca. 92501 (909) 684-5901 Sewer,Water & Dry 558~689.00 Indian Sands Ocotillio Dev. Utility Installation 501 N. Smith Ave. Corona, Ca. 91720 (909) 278-8383 Sewer,Water & Storm 157~139.00 Corona Greystone Homes Drain Installation 495 E. Rincon Ave#ll5 Corona, Ca. 91719 (909) 273-9494 Contrading 6157 MARLATT · MIRA LOMA, CALIFORNIA 91752 · (714) 685-7488 ~age Two CONTRACTOR ' S STATEMENT OF EXPERIENCE 1994-Continued Water Installation 497,385.00 Victorville Victor Valley Watr. Distr. 17185 Yuma Street Victorville, Ca. 92392 (619) 245-6424 Water Installation 65,555.00' Orange City Of Orange 300 E. Chapman Ave. Water Installation 104,709.00 ia Puente Suburban Wtr. Systems 1211 E. Center Ct. Dr. Covina, Ca. 91724 (818) 966-2090 Sewer & Dry Utility 84,855.00 Barstow City Of Barstow Installation 220 g. Mr. View Barstow, Ca. 92311 (619) 256-3531-X215 Water Installation 124,377.00 Tustin City Of Tustin 235 E. Main St. Tustin, Ca. 92680 (714) 573-3375 Water Installation 43,745.00 Ontario Hillcrest Contracting 1467 Circle City Dr. Corona, Ca. 91719 (909) 273-9600 Sewer & Water 119~960.00 Mission Viejo Del Webb Homes, Inc. Installation 3187 Airway "H" Costa Mesa, Ca. 92626 (714) 850-6700 Water Installation 68,455.00 Santa Ana LM.B. Construction 100 W. Clarendon Phoenix, AZ 85013 (602) 650-0600 1995 Water & Storm Drain 25~475.00 Anaheim Hillcrest Contracting Installation 1467 Circle City Dr. Corona, Ca. 91719 (909) 273-9600 Dry Utility 34,863.40 Aliso Viejo Western Pacific Homes Installation 18001 Cowan St. "H" Irvine, Ca. 92714 (714) 442-6199 C.ontracting 6157 MAALATT · MIAA LOMA, CALIFORNIA 91752 · (714) 68~-7488 Page Three CONTRAC~OR'S STATEMENT OF EXPERIENCE 1995-Continued Sewer,Water& Storm 149,672.00 Glendora Hix Development Corp. Drain Installation 437 S. Cataract Ave.~3 San Dimas, Ca. 91773 (909) 599-8461 Sewer,Water & Storm 86,763.00 Signal Hill Toys R. Us Installation 1624 Army Court Stockton, Ca. 95206 (209) 462-3102 CITY OF FONTANA BID BOND FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BIe) NO, SB-71-94 KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, S. J. BURKHARDT, INC, (hereaftercalled"Principal"),and WASHINGTON INTEKNATIONAL INSURANCE COMPANY' , {hereafter called "Surety"), are held and firmly bound unto the City of Fontshe (hereafter called "Owner"), in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYIN_G BID dollars ($ 10% }, for the payment of which, well and truly to be made, we hereby jointly and severrely bind ourselves and our successors .and assigns. SIGNED this 31ST day of MARCH , 199_~.5. 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 partial removal of existing street improvements, construction of Washington Drive Sewer System from Cypress Avenue to approximately 803 feet east, removal and salvage of existing pump station', recOnstruCtion Of street improvements, and all appurtenant related work, NO)N THEREFORE, a. If said Bid is rejected, or b. if said Bid ia accepted and Principal executes and delivers a contract in the attached Agreement form within ten ( 1 O) days after acceptance (pr~perly 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 materials in connection therewith, and all other required documents, then this obl|gatlon shall be void; otherwise, the same shall remain in force and effect, it being expressly understood and agreed that the liabfikty 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 sa~d Surety and its bond shall be in no way impaired or affected by any bidding errors or extens|on of the time within which the Owner may accept such Bid, and stud Surety hereby waives notice of any such extension. {Page 1 of 31 P-7 IN WITNESS WHEREOF, PnnCapal and Surety nave hereunr, o seals, and such of them as are corporations have caused their corporate seals to heretO affixed and these presents to be signed by their proper officers, on the day and year first set forth above. ATTES: (~f corporation) By: / . Title: 3.~7 .~e~za- c~.~,~.. _ ' . Title: .s~v~ ~ c/~ (Corporate Seal) AT~ T~8]f~NCE ATTEST; -- ~OMPANY By: Title: Title: MICHAEL A. QUICLEY, A IN-FACT (Corporate Seal) 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 1 Q5 of the California Insurance Code, and if the work or Droject is financed, in whole or in part, with federal grant or loan fundS, must also appear on the Treasury Oepa~ant's most current list {Circular 570 as amended). THIS LS A REQUIRED FORM, Any claims under this bond may be addresaed to: (Name and address of Surety) COH~&H~ Z930 THO~gAU 9~., #10Z (Name and address of agent or representative for service of process m California, if 23455 HAn~Rn, qTTTT~ ~ifferent from above) H~SS~O~ VZgJO, CA 92691 (Telephone number and fax number (7~4) 470-001~ (714~ of Surety and agent or representa- tive lot service of process in Cahforn~a) . (Page 2 of 3~ STATE OF CALIFORNIA SS. COLFNTY OF ORANGE On I~LRCU 3l, 1995 ,beforeme, M, TREDINNICK, NOTARY PUBLIC PERSONALLY APPEARED MICBAEL A. QUIGLEY 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 acknowl- edged to me that he/she/they executed the same in his/ her/their authorized capacity(ies), and that by i~.is/'her/ their signabate(s) on the instrument the person(s), or the ~'~~ entity upon behalf of which the person(s) acts:d, executed ORANGE ~OUNT't -, y Signature k,J y ~ This area for Official Notarial Seal OPTIONAL, Though the data below is not required by law, it may prove valuable to' persons relying on the document and could prevent fraudulent reattachment of this form, CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATrACNED DOCUMENT [] INDIVIDUAL [] CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TCn, E(S) [] PARTNPR(S) [] LIMITED [] GENERAL [] A'FFORNEY-IN-FACT NUMBER OF PAGES [] TRUSTFE(S) [] GUARDIAN/CONSERVATOR [] OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAM~ OF PERSON(S) OR ENTITY(ISS) SIGNER(B) OTHER THAN NAMED ABOVE ALL-PURPOSE ACKNOWLEDGEMENT WASHING TON INTERNATIONAL INSURANCE' COMPANY tPOW,.cR OF ATTORNEY ~ .~lOW ALL BY THESE PRESENTS: That the Washington International Insurance Domapny, a corporation organized and exiatin9 under the irarows Of the State of Arizona, end having its principal office in the Village of Scheumburg, IllinDia doea hereby constitute and appoint SHA WN BLUME', JENNIEER JOHNSTON, MICHAEL A. QUIGLEY AND DWIGHT RE/LI Y E.4CH IN THEIR SEPAR,4TE CAPACITY its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, 5::cognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or -' ~.rmitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, ii~all be as binding upon the said Washington International insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President and its principal office. ~lis Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. ~_his Power of Attorney is issued pursuant to authority granted by the resolutions Qf the Board of Directors adopted March 22, 1978, July -='~i 1980 and October 21, 1986 which read, in part, as follows: ~ The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in- Fact, and authorize them to execute on behalf of thP CompanV, and .~ttach the .q. eal of the Company thereto, bonds, and = i undertakings, recognizancus, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special ili Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Lsws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the I~ corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile aeat affixed ~ ~ in the ordinary course of business shall be valid and binding upon the Company. m~ TESTIMONY WHERBD~.,m..t0'~, hington International insurance Company has caused this instrument to seal to be affixed by;i;~_~ i~ ~i or, this 2nd day of November, 1994. be signed and its corporate I ~'..~'~.,~ °% ~ ASHINGTON INTERNATIONAL INSURANCE COMPANY ZCORPORAT . . ~ ~"', ARIZ0N~ 2~~'~ ~Villiam D. Sterre'~t Chairman of the Board fATE OF ILLINOIS)~ ~ ~ ),.~;~. On this 2nd day of November, 1994, before me came the individual who executed the preceding instrument, to me persona y know, and, "'~ing by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; ~jat the seal affixed to said instrument is the Corporate Seal of said Company; ..~_....~.__._~.~.~._~...'.. . . ' f.'¢'.'.. a , . · and '/eP.r firet above written. ~ tl tary Pu~I;{ State o| ill'.ns:s ~ · . STATE OF ILLINOIS) ~'i3UNTY OF COOK) l~mthe undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIF~ that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article ~ ..ction ~ of the By-Laws of the Corporation, and the Resohjtion of the Board of Directors, set forth in the Power of Attorney, are nov, ~ml force. Signed and sealed in the County of Cook. Dated 'he 31STday of Lv'J~t. CH , 19 95 Lewis M. Moelle~, Secretary NON-COLLUSION AFFIDAVIT ,, STATE OF CALIFORNIA COUNTY OF 5T~v~N ~j. ~c~-m ,'T t. , being first duly sworn, deposes and w (Name of Affiant) ~ says that he\~e is W (Title) (Name of Bidder) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from -. bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder,, or to secure any advantage against the public w 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 ee 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. ~ re) ,; · (Typed Name) (Title) ~ NOTARY PUBLIC IN AND FOR THE STATE OF CALIFORNIA, COUNTY OF i SUBSCRIBED BE!FORE ME on this day of , 19 Notary Public My Comrn~ss~on Expires: P-IO State of CALIFORNIA RIGHT ]I'IUMBPRINT (Optional) County of RIVERSIDE On 04-06-95 before me, SHAUNA SHAW-NOTARY PUBLIC (DATE) ~NAMErnTLE OF OFFICER-i.a.*JANE DOE, NOTARY PUBLIC'I personally appeared STEVEN J. SCHMITZ CAPACITY CLAIMED BY SIONER(S) F]INDIVIDUALiS) ;CORPORATE OFFICER fa UPARTNER(S) rnLIMITED evidence to be the mGENERAL [)arson(s} whose name(s) OATrORNEy aN FACT Is/are subscribed to the ~:T~USTEE~S~ Within instrument and t~GUARmAN/CONSERVATOR pcknOwledged to me that nOTRER: ~e/she/they executed the same in his/her/their S.J. BURKHARDT, INC. Fx "*" ~S~u~a'~'a; '~ ;authorized capacity(ies), S,ONER Is REPRESENTING: J[ ;and that by his/her/their(Name of Pefsonll) orEntlty(iel) 0 Cornre. taSSel1 G) :signature(s) on the 0 OT ~vPueuc C~UEO~NI^ iinstrumentthe person(s), ;~ OS^.DE~eeCOU.TY 0 or the entity upon behalf ) *7%m--~'--~'%~,.l~',J~j~'l' Of which the person(s) acted, executed the instrument. RIGHT ~UMB~INT (Optional) Witness my hand and official seal. (SIGNATURE OF NOTARY) CAPACITY CLAIMED BY SIGNER(a) ~CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. Recording of this document is not require~ by law and is also optional. It could, however, prevent fraudulent attachment of this certificat~ to any GPARTNER(S) ULIMITED unauthorized document. ~GENERAL NON-COIiUSION AFFIDAVIT STRUSTEE(S) TO THE DOCUMENT Number of Pages ~ Date of Document 04-0~' 95 GOFER: 7 8 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 Gaw,,rnment Code Section 12940. The firrv~ 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 directivea and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority per~-'ons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM .~,.~, ~¢\~c~9% ~mc, TITLE OF PERSON SIGNING SIGNATUR ~,, ,-._ , DATE f~¢~u o~ t°~'~ Please include any additional information available regarding equal opportunity employment programs now in effect within your company. P-11 CITY OF FONTANA PROPOSAL BID SHEET FOR DONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. S8-71-94 ITEM DESCRIPTION ESTIMATED UNIT UNIT TOTAL ~ ! NO. QUANTITY PRICE AMOUNT ':~ 1. INSTALL PRECAST MANHOLE PeR CITY 3 EA. 2300¢ ""~ STD 112 W/ECCENTRIC PRE CAST CONCRETE CONE ii 2. INSTALL 8" EXTRA STRENGTH V.C.P. 795 L.F. WITH COMPRESSION JOINTS (BELL & SPrGOT) WITH CRUSHED ROCK: tk~ BEDDING PER DETAIL A, SHEET 2 OF 2: OF PLANS ~ 3. SAWCUT AND REMOVE EXISTING A.C.. 7650 S.F. (:2) ~ ~,~'~"~ W PAVEMENT PER DETAIL A, SHEET 2 OF 2 OF PLANS we 4.. INSTALL A.C. PAVEMENT PER DETAIL 238 TON (.9P.~ A, SHEET 2 OF 2 OF PLANS ~i 5. TIE PROPOSED SEWER INTO EXISTING 2 EA. /bOO¢ MANHOLE, REMOVE V.C.P. STUB, SEALS, PLUGS & MORTAR ~ 6. PNEUMATICALLY SAND FILL EXISTING LUMP SUM L.S. /O(..)O~''' 8" P,V.C. PIPE, PLUG ENDS WITFI CONCRETE AND ABANDON IN PLACE ii 7. REMOVEEXISTINGPUMPSTATIONAND LUMP SUM L.S. CL~OG~ q~ 300 "" SALVAGE ALL EQUIPMENT (SEE SP-22) ~ 8. PLUG EXISTG. FORCE MAIN ENDS WITH LUMP SUM L,S. 2~200~'"'' ;P, 2,00 °~' CONCRETE PER DETAIL B, SHEET 2 OF 2 FOR LOCATION 9. INSTALL 4" EXTRA STRENGTH V.C.P, 4 EA, 1{00':'= | LATERALS WITH COMPRESSION JOINTS IBELL & SPIGOT) PER DETAIL C, SHEET 2 OF 2 OF PLANS w,, 10. INSTALL 6 FOOT HIGH CHAIN LINK LUMP SUM L.S. FENCE (4.1 L.F) AND REPAIR EXISTING GATE ISEE APPENDIX I, EXHIBIT "A") 11 iNSTALL LANDSCAPING AND LUMP SUM L.S. ,:~500°:' :RRIGATION iSEE SP.22) P-12 :2. REMOVAL AND DISPOSAL OF TREES LUMP SUM L.S, AND STUMPS 13. REGRADE DIRT SHOULDER PER DETAIL LUMP SUM L.S. A, SHEET 2 OF 2 OF PLANS 14. POTHOLE EXISTING UTILITIES 2 EA, F 15. SHEETING, SHORING AND BRACING LUMP SUM L.S. 16. CLEARING AND GRUBRING (SEE LUMP SUM L.S. SPECIAl. PROVISION SECTION 3Q0- 1.3.2) 17. TRAFFIC CONTROL WARNING SIGNS, LUMP SUM L.S. ZC/O0~''' BARRICADES AN0 ALL RELATED WORK, INCLUDING ARTICLE 7-10.3 OF SPECIAL PROVISIONS Note: Contractor must include the cost of permit fees in the bid items (See Special Provision Section 7-5). II CITY OF FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 TOTAL ~ ~ 500 Amount in,,,,o,ds -k-L.- NOTE: The estimated quantities listed in th'e Proposal Bid Sheet(s) are supplied to give an indication of the general scope of the work, but the accuracy iei 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 ii considered to be the bid. ' - The Contractor shall perform, with its own organization, contract work ii amounting to at least 5(::) percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the !z_, amount of any such "Specialty Items" so performed may be deducted i from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The CITY :~i~ reserves the right to reject any and or all bids, or to waive any ie information on any one or all bids received. The CITY specifically reserves the right to delete, reduce all or any portion of the work at any ~:~ time prior to authorization to proceed with this portion of work. , S.~, ~OEV,~Ao, r,.-~>% ZfT~c BIDDER'S NAME ill ~.,,,..) to~'E- ~-t~;~ TELEPHONE NUMBER ~: [,~,%) ~',7~'- "'L~'5~'~ FAX NUMBER P-14 PROPOSAL w IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this 6'-~ day of , 19~r: BIDDER ,_,q...~. Z Subscribed and sworn to this __ day of , 19__. NOTARY PUBLIC W By : CITY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-15 State of CALIFORNIA RIGHT THUMBmINT (Optional) County of RIVE;RSIDE On 04-06-95 before me, SHAUNA SHAW~NOTARY PUBLIC personally appeared STEVEN J. SCI~IITZ CAPACITY CLAIMED BY SIGNER(S} a []PARTNER(S) E]LIMITED evidence to be the []GaNERAL person(s) whose name(s QArrORNEY ~N FACT ~is/are subscr bed ~o the []TRUST~EIS~ 'within instrument and [GUARDIAN/CONSERVATOR acknowledged to me that ~OTHER: he/she/t~ey executed the same ~n his/her/their S.J. BURK~RDT, INC. .authorized capacitylies), s,..Ee is REPRESENTING= ~~ ........ [ and ~hat by his/her/their ~ .... ShaunaShaw signature(s) on the 0 comm ~H~ 0 insTrument(he person(s), ~A~ELE~CO~T 0 or the entity upon behalf ...... ~ ac~ed, executed the instrument, RIGHT THUMB~INT (Optional) Witness my hand and official seal. )SIGNATURE OF NOTARY) CAPACITY CLAIMED BY SIGNER)S) ~CORPORATE ATTENTION NOTARY OFFICER~S) The information requested below and in the column to the right is OPTIONAL. mTL~m Recording of this document is not required by ~aw and is also optional. It Could, however, prevent fraudulent attachment Gf this certificate to any QPARTNER{Si ~LIMITED unauthorized document. QGENERAL ~ISCERTIFICATE T~leQrTypeofDocument BID ~G,~OSA[ ACKNO~EDGE~NT GTRUSTEE{S) MUST BE A~ACHED ~GUARDIAN/CONSERVATOR TO ~E DOCUMENT Number of Pages ~ Date of Document 04-06-95 GOTHER: DESCRIBED AT RIGHT: (Name of Person(s) or Entity{iRe) WOLCOTTS FORM 03240 Ray, 3-94 (price times 8-2A) ~1994 WOLCOIT$ FORMS, INC, ALL PURPOSE ACKNOW1, EDGMENT WITH SLGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS CITY OF FQNTANA CONTRACT DOCUMENTS FOR C() NSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. S8-71-94 ADDENDUM NO. ACKNOWLEDGEMENT I have received the Addendures listed below: ~ Addendure No. ~ Date Addendure No, Date "' Addendum No. Date :: i Addendum No. Date Addendure No. Date Addendum No. Date M Addendum No. Date Addendum No. Date S.:~.~-.Y--~A~,r~'5 ,'~c. BIDOER'S NAME ~- ~- n~ TELEPHONE NUMBER ~ ~q~)- ~-- ~:5~ FAX NUMBER ::1 P-16 ~OURLY ~R & ~UI~'I' ~'I'~S 235 ~ ~ava~o~ ~ ~5.~ ~v hr. 792 J.D. Excava~o~ 6 150.~ p~v h~. 225 ~ Ex~ava~o~ ~ 135,00 ~ h~, 690 J.D. Excavator 6 110.~ ~r h~, 544 J.D. Loader 6 85.~ ~ h~. 580-E & K~s ~c~oe ~ 65.~ ~r hr. 60" ~n~g Com~c~or ~ 80.00 p~ hr. 602-8 Case Roller Ca 80.W ~r hr. W-252 Case Roller ~ 60.~ ~r hr. T-800 Ve~er Be~ Trenc~r 24"-36" X 12' Deep ~ 300.~ ~r hr. P~us Teeth T-8~ Ve~er Sel~ Trencher 24"-36" X 8' ~ep ~ 285.~ ~r hr. Plus Teeth Arrow S~$1~ ~ 85,~ ~r hr. 613 ~t-5~ Gallon Wa~r Pul~ ~ 75.~ ~r hr. 2000 Gallon Water Truck 6 45.~ per hr. 165 & 130 CFM Compressor 6 20.~ ~r Crew Truck/Field Truck ~ 17.25 pe~ hr. 5 Axle Luw Bed 6 85.~ per hr. 2 ~le Fla~ Bed D~p 6 ~5.~ pe~ hr. Grove-14 Ton Crane ~ 90.~ per hr. C~c~ion, ~eel-~d T0-792,225 & 690 ~es 6 12.~ per hr. 2" Suction P~ps 6 15.~ ~r hr. Leak L~a~or 6 65.~ per hr. 3e~ Truck 6 125.~ per hr. Welder &Tools ~ 60.~ per hr. Foren ~ ~.~5 per hr. O~ra~or ~ ~3.10 per ~rer ~ 35.~0 per hr TI~ & ~LS WO~ WILL ~VE A % P. & O. ~O~ ~ ~ S~/Trees CITY OF FONTANA CONTRACT AGREEMENT FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 THIS CONTRACT AGREEMENT is made and entered into for the above stated project this q-L~ day of u)~v~p , 19 r_-f~, BY AND BETWEEN THE CITY OF FONTANA, as CITY, and ~c:j..-~ ~'~,t,)~,v,,~,~BT~ T~C - (~15;'7 AA~LL~-t-r sT- kA~n L~m%, e ~3. c~ -L- , as CONTRACTOR. WITNESSETH that CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Sealed 'Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No. 2315, Sheet I through 2), and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and 1:o 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 rnaterials, performing all work, and fulfilling all obligations hereunder. Said compensation shah cover all expenses, losses, damages, CA-1 n r i thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify and hold harmless CITY and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorneV's fees, and costs, based on, arising cut of, or in 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 Contractor: S.Z. ~)~-~,~% _2~c, A Municipal Corporation City Manager TITLE ATTEST: Notary Kathy ~ntoya City Clerk APPROVED AS TO LEGAL FORM: Stephen P. Deitsch City Attorney Frank A. Schuma Community Development Director G Risk Management CA-3 RIGHT THUMBPRINT (OPTIONAL) State of CALIFORNIA Countyof RIVERSIDE  On 05-12-95 before me, SHAUNA SHAW-NOTARY PUBLIC (DATE) (NAME, TITLE OF OFFICER - I.E., "JANE DOE. NOTARY PUBLIC") personafiy appeared STEVEN J..gCHMITZ CAPACITY CLAIMED BY SIGNEli(S) T (NAME{$)OI:SIGNER(S)) [] INDIVIDUAL(S) [~ CORPORATE OFFICER OFFICER(S) SEC./TREAS. ' [3 PARTNER(S) (TITLE(S)) T :~ personally known to me - OR - [] proved to me on the basis of satisfactory evidence E3 ATTORNEY IN FACT to be the person(s) whose name(s) is/are sub- [] TRUSTEE(S) scribed to the within instrument and acknowledged [] GUARDIAN/CONSERVATOR T, tO me that he/she/they executed the same in E] OTHER: his/her/their authorized capacity(ies), and that by !~ CoL~mmo!mm. gSa111 ~ person(s), or the entity upon behalf of which the SIGliER IS REPRESENTING: IT[ 9?,(2~OTARYPUBLIC CALIF RNIperson(s) acted, executed the instrument (NAMEOFPERSON(S) ORENT~TY(IEB)) '.~.~.,°~T,~BeW,t.ess my han,~ and o.ic,a, sea,.S .J. BURKHARDT, zr~C. ~ (SEAL) · (SIGNATURE OF NOTARY) MUST BE ATTACHED TO THE DOCUMENT Number of Pages 3 Date of Document 05-12-95 DESCRIBED AT RIGHT: Signer(s) Other Than Named Above CITY OF FONTANA BOI,~D #: s-400 6006 PREHIL~4: $1,283.00 CONTRACT PERFORMANCE BOND EXECUTED ZN TRIPLICATE (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Fontana (sometimes referred to hereinafter as "Obligee") has awarded to s.J. BUe_IO~DT. ~NC. (hereinafter designated as the "Contractor"), an agreement for the work described as follows: partial removal of existing street improvements, construction of Washington Drive Sewer System from Cypress Avenue to approximately 803 feet east, removal and salvage of existing pump station, reconstruction of street improvements, and all appurtenant related work (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 j[~,w8 "~1 [q~ ~ ' (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, s. J. Bl~-aa~A~T. INC. , the undersigned Contractor, as Principal, and , WASHINGTON INTERNATIONAL INSURANCE COIdPAN~ , a corporation organized and existing under the laws of the State of ARIZONA , 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 in the sum of EIGHTY FIVE THOUSAND FIVE HUNq)RED DOLLARS & NO/{oO-Dollars (9 ~85,500.00--- ), said sum being not less than one hundred percent (100%) of the total amount payable by the said Obligee under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein (Page 1 of 4) CA-4 specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received,. hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above IN WITNESS WHEREOF, we have hereunto set our hands and seals this 9~11 day of ~,.t,z ., 19 ..95. PRINCIPAL/CONTRACTOR: S.J. URK]]ARI) , INC. : SURETY' . E COI{PANY me Altome (Page 2 of 4) CA-5 The rate of premium on this bond is $15.00 ..... per thousand. The total amount of premium charged: $ $1.283.00. (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 pa~rt, 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) HAS~{INCTON I[fI~EIDIATION.,e~ INS]jE~CE C9~ 1930 ~O~ DRI~, S~ITE 10I SCHA~C. IL 60173 (Name and Address of agent or QgIGL~ INSI]I~CE SERVICES, INC. representative for service of process in California if different from above), 23455 ~a~DERO. SUITE ~ ~SSION VIE,IO. CA 926~1 (Telephone Number and Fax Numbsr (708)490-1850/(708)519-4633 of Surety and agent or representative for service of process in California) (714)670-00~/(7~4)470-0699 a. (Page 3 of 4.) CA-6 STATE OF CALIFORNIA ) ) ss. COUNTY OF ORANCF. ) On this 91'B day of ~'~-Y , in the year 1995, before me, H. ~D~mq~C'K , a Notary Public in and for said State, personally appeared ~CBL~ A, QUI~ , known to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the ~ASBINC~N I~'r~ATION~ I~S~r~ acknowledged to me that he INS~CE CO~ subscribed the name of the QASHING~N I~ATION~ (Surety) thereto and h{s own na~e as AttomeV-{n-Paot. Notary Public in and for sa{d State (S~AL) ~y CO~{SS{OD ~xp{res: ~R~ 26. 1999 NOTE: A copy of the power o'f attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) CA-7 WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY K~ 3W ALL BY THESE PRESENTS: That the Washington International Insurance Comapny, a corporation organized and existing under the I~.s of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does hereby constitute and appoint SHAWN BLUME. JENNIFER JOHNSTON, MICHAEL A. QUIGLEY AND DWIGHT REILLY EACH IN THEIR SEPARATE CAPACITY its true and lawful attorney(s)-inTfact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, rr )gnizances, contracts of indemnity and other writings obligatory in the nature thereof, which ere or may be allowed, required, or p~nitted by law, statute, rule, regulation, cqntract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the s~me has been duly executed and acknowledged by its President and its principal office. TilWs Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. T;!:-s Power of Attorney Is issued pursuant to authority granted by the resolutions of the Board of DIrectors adopted March 22, 1978, July 3111980 and October 21, 1986 which read, in part. as follows= 1. The Chairman of the Board, President, Vice President, ts, ssistant Secretary, Treasurer end Secretary may designate Attorneys-in- Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and : undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special me Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and t(~ remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke .,: the authority given him. :;~ The signatures of the Chairman of the Board. the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by · facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed ;~ ~ in the ordinary course of business shall be valid and binding upoh the Company. IN TESTIMONY WHERE~ hington International Insurance Company has caused this instrument to be signed and its corporate S: !1 to be affixed bV~i~_~, ~ ~ or, this 2nd day of November, 1994, , ARIZONA / .~)~~FWilliam D Sterrett Chairman of the Board . '- ATE OF ILLI,OIS~I~ ;jI~UNTY OF COOK) On this 2nd day of November. 1994. before me came the individual who executed the preceding instrument. to me personally know. and. ~ng by me duly sworn. said that he is the therein described and authorized officer of the Washington International Insurance Company; t~t the seal affixed to said instrument is the Corporate Seal of said Company; IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal. the day and year first above written. · ~ ~TE OF ILLINOIS) (~UNTY OF COOK) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY t~ .~t the foregoing end attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article Ill, · ~ ction 5 of the By-Laws of the Corporation, and the Resolul:ion of the Board of Directors. set forth in the Power of Attorney. are now iReforce. ,e~"lned and sealed in the County of Cook~ 9~day of HA~ ,19 95 · : . Lewis M. Moeller, Secretary BOND # S-~,00 6006 PREMIDM INCLUDED ON PERFORMANCE BOND EXECUTED IN TRIPLICATE CITY' OF FONTANA PAYMENT BOND (CALIFORNIA PUBLIC WORK) FOR CDNSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Fontana (sometimes referred to hereinafter as "Obligee") has awarded tO s. 3. BOmmAm)l~, TNC. (hereinafter designated as the "Cont,ractor"}, an agreement dated J....'~, described as follows: partial removal of existing street improvements, construction of Washington Drive Sewer System frem Cypress Avenue to approximately 803 feet east, removal and salvage of exi,sting pump station, reconstruction of street improvements, and all appurtenant related work (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, s.J. mmKeAe~T, ~HCo , the undersigned Contractor, as Principal; and , WASHINGTON INTEILNATIONAL INSURANCE CONPANY a corporation organized and existing under the laws of the State of ARIZONA , 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 stop notices under Section 3181 of the California Civil Code, in the sum of E~TY FIVE TttOUSAND FTVE mmDP, ED AND NO/100-- Dollars ($ $85,500.00 .... ), 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. · , (Page 1 of 4) CA-8 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 sarne in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, herei:~y stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above SUITI. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 9TH day of MAY , 19 95 PRINCIPAL/CONTRACTOR: mm S.J. UI{KHARD . INC. ' ,t , _' _ __ ~ = (Page 2 of 4) CA-9 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasry 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) I4ASIIINGTON INTERNATIONAL INSUIL, M~CE COI,[PANY 1930 THOP,~AU DRIVE, SUITE 101 SCHAUMBURG, IL 60173 (Name and Address of agent or QUIGLEY INSUR,~J~ICE SERVICES, INC. ~: representative for service of process ;-- in California if different from above) 23455 MADERO, SUITE A ~SSION VIEJO, CA 92691 (Telephone Number and Fax Number (708)490-1850/(708)519-4633 of Surety and agent or representative for service of process in California) (714)470-0011/(714)470-0699 m (Page 3 of 4) _ CA-IO m STATE OF CALIFORNIA ) ) ss. COUNTY OF Or.A~CE ) On this 91t] day of ~'/ , in the year 19 , before me, It. TI{BDIttl~ICK , a NOtary Public in and for said State, personally appeared t~CBAEL ~.. 0UIG'~"~ , known to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of Coffi'kt~ thewASUItlSTOt~ lm'Se,~A~IO~.~ INS~J~CE (Surety) and acknowledged to me that he subscribed the name of the .AsuIt~C~ol~ ~N'r~.R~A,]:0t~/~L ~t~Sg~uCrBet~?t~e'~rreto and his own name as Attorney-in-Fact. " COMM. #10530ml Notary Public in and for said State (SEAL) My Commission Expires: t4~e.c~ 26, 1999 NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) CA-11 WASHINGTON INTERNATiONAL INSURANCE COMPANY POWER OF ATTORNEY ~ 3w ALL BY THESE PRESENTS: That the Washington International Insurance Comapny, a corporation organized and existing under the I~.-~s of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does hereby constitute and appoint StlAWN BLUME, JENNIFER JOHNSTON; MICHAEL A. QUIGLEY AND DWIGHT REII. LY EACH IN THEIR SEPARATE CAPACITY its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, r~ ~gnizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or p~mitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the s-me has been duly executed and acknowledged by its President and its principal office. 'r~3 Power of Attorney shall be limited in amount to t~2,000,000.O0 for any single obligation. T_r:~ Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3ll 980 and October 21, 1986 which read, in part, as follows: 1. . The Chairman of the Board, President, Vice President, Assistant Secretary. Treasurer and Secretary may designate Attorneys-in- Fact, end authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke i the authority given him. ~ The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed i in the ordinary course of business shall be valid and binding upon the Company. IN TESTIMONY WHEREO_j~.t4~., hington International Insurance Company has caused this instrument to be signed and its corporate ~' ~1 to be affixed by~ ~ N ~ or, this 2nd day of November, 1994, ~ this 2nd day of November, 1994, before me came the individual who executed the preceding instrument, to me personally know, and, ~t~: ng by me duly sworn, said that he is the therein described and authorized officer of the Washington international Insurance Company; t the seal affixed to said instrument is the Corporate Seal of said Company; iN TESTIMONY WHEREOF, i have hereunto set my hand and affixed my Official Seal, the day and year first above written. · ~ ATE OF ILLINOIS) (m~UNTY OF COOK) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL tNSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY t' ~t the foregoing and attached POWER OF ATTORNEY remains in furl force and has not been revoked, and furthermore that Article III, .~ ~tion 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now inmeforce. r'3ned and sealed in the County of Cook~h~ 9'~1 clay of FLIt1' , 19 95 Lewis M. Moeller, Secretary COMPENSATION INSURANCE CER'FIFICATE 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 shah sign the following certificate and shalll submit same to the City prior to performing any work on the Contract: t 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. /,Ac~y I ~_j I~°~' DATE Section 3700 of the State Labor Cede 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 GENERAL LIASILrrY ENDORSEMENT i "" CITY OF FONTANA 8353 Sierra Avenue ~: Fontaria, CA 92335 A. POLICY INFORMATION Endorsement # m 1. Insurance Company: TRANSCONTINENTAL INS. CO (CNA) :: Policy Number: AI. 29079691- 2. Policy Term (From): 5-19-.95 (To): 5-19-9'/~ Endorsement Effective Date: ,~-19-9E . ! 3. Named Insured: S.J, BURKHARDT, INC, i: 4. Address of Named Insured: 6157 MARLAn' MIRA IPMA., CA q1757 := 5. Limit of Liability Any One Occurrence: $ 1,000,000 ~ 6. Coverage is equivalent to: _~ Comprehensive General Liability form GLO002 (Ed. 1\73) Commercial General Liability "Occurrence" form CGO001 X " 7. Bodily Injury and Property Damage Coverage is: i COMmERCIAl C~NFIP~I I'IARII ITY "occurrence" NOTE: The City of Fontana standard insurance requirements specify m "occurrence" coverage. "Claims-made" coverage is not acceptable. If commercial general liability form or equivalent is used, the general aggregate rnust apply separately to this location/project or the general aggregate must be m twice the occurrence limit. 8. Description of Project: WASHINGTON DRIVF SFWFR PR~FET FRO~ "' CYPRESS AVENUE TO APPROX 803 FEET EAST (SB-71-9LI) , ' CA-13 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) work performed by the Named Insured on the above-described Project for or on behalf of the City of Fontana; or (b) products sold by the Named Insured to the City of Fontana for use on t'he 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 shall be in excess of this insurance and shall not contribute with it. 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 General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form Comprehensive General Liability endorsement; or (2) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). t ~ Ur r whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. CA-14 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure te comply with reporting provisions of the policy shall not affect coverags provided to the City of Fontana, its elected or appointed officer, officials, employees , consulting engineers or voTunteers. 6. CANCELLATION NOTICEE. The insurance afforded by this policy shall not be canceTed, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the City at teast 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: A'rTN: CJ_Alffiq IIFPARll~FNT (Title) (Department) CNA (Company) 1800 E, IMPFRIAL HWY. (Street Address) t~REA, CA 926~ (City) (State) (Zip Code) (714)2~5-~00 (714~255-2366 (Telephone Number) (FAX Number) D. SIGNATURE OF INSURER OR AIJTHORIZED REPRESENTATIVE OF THE INSURER I, JOHN BACCARE!I A , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. %~OF~A TIVE (Original Signature required on endorsement furnished to the City of Fontana) ORGANIZATION: MERI]3I/~ iNSURANCE SERVICES, INC, TITLE: VIC. F PRFSIDENT ADDRESS: 4501 E, LA PALMA AVENUE, SUITE 150, ANAHEIM, CA 92807 TELEPHONE: (714)693-9100 FAX NO. (714)69329108 CA-15 Al,qlltlLCERTIFICATE OF INSURANCE c8. Ev  BURKSJ1 05/16/95 FfZDDUCI~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Meridian Insurance Eerv o, Znc o HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ~ ~,501 E · La Palms Ave · #150 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I"T3~aheim CR 92807- COMPANIES AFFORDING COVERAGE JOH~%T HACCRI~ff,T.a. COMPANY 1~71~,--693-9100 A TI~,NSCOIf~IN~NTAL INS CO, (CNA) INSURED COMPANY B VA~.~Ry FORGE INS CO. (C~A) COMPANY  S.J. BURFatARDT, INC. C TRANSPORTATION INS CO. (CNA) 6157 Marlatt COMPANY Mira Loma CA 91752 D FREMONT COMPENSATION INS~CE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMI'FS SHOWN ;MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~ G~BIAL UAg, lUTY GENERAL AGGREGATE $ 2,000,000 ::ii~ A X COMMERCIAL GENERAL LIABILITY A1 29079691 05/19/9~, 05/19/95 PRODUCTG-COMP/OPAGG $ lr000/000 I CLA,MGMADE [] occur .ERBoNAL&ADvIHjuRY .1,000,000 X OWNER'S & CONTRACTOR*'3 PROT EACH OCCURRENCE e 1 · 000 · 000 MED EXP (Any one person) e 5 r 000 ~ B X ANY AUTO A1 29079707 05/19/94 05/19/95 COMBINED SlNDLELIMIT e 1~000~000 AGGREGATE IEXCEGSUABIUTY EACHOCCURRENCE $ 2,000,000 IlC ~ UMBnELLAFORM A1 29095339 05/19/94 05119195 AGGREGATE ,) 2,000,000 D WORKI~S COMPENSATIGN AND X I STATUTORY LIMITG EACH ACCIDENT ~ 1 f 000,000 THE PROPRIETOR/ ~ ~NCL W99~,-5~,6979-03 11/20/9~, 11/20/95 DISEARE-POLICYLIMIT OFFICERS ARE: EXCL W99~,--5¢6979--03 11/20/9~ 11/20/95 DISEASE- EACH EMPLOYEE elrO001000 A SCHEDUI~D EQUIP. AI 29079691 05/19/94 05/19/95 ~T,T. RISK $1,398,231 DED $ 500 · 10 DAY NOTICE FOR NON PAYMENT OR NON REPORTING OF PAYROLL. CERTIFICATE HOLDER IS NArD AS ADDITIONAL INSURED PER 617957H ATTACHED. RE~ WASHINGTON DRIVE SEWER PROJECT (SH-71--9~) CITY OF FONSNCA 30 DAY8 WNTTEN NOTICE TO THE CBITIRCATE HOLDB1 NAMED TO THE LEg=T, ENGINEERING DIVISION At, lltll CERTIFICATE OF INSURANCE ' BURKS jl 05/16/95. _ ~OOUCBR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ~.Meridian Insurance Serv., lnc. HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4501 E · La Palran Ave, #150 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Annhelm CA 92807- COMPANIESAFFORDING COVERAGE JO]~N BACCARP, LLA COMPANY A TRKNSCONTINEIqTAL INS CO, (CNA) ;~714-693-9100 NaUREDI COMPANy B VKT.,LEy FORGE INS C0. (CNA) COMPANY 8. J. BURKHARDT, INC. C TRANSPORTATION INS CO. (CNA) 6157 Marlat~ COMPANY Mira Loma CA 91752 D FREMONT COMPENSATION INSURANCE THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE L~STED BELOVV HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOT~/ITHSTANDING 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 AFEORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A X COMMERCIAL GENERAL LIABILITY A1 29079691 05/19/94 05/19/95 PRODUCTS-COMP/OPAGG e lf000r000 ~ CLAIMS MADE [X~] OCCUR PERSONAL & ADV ~NJURY $ 1 l. 000 f 000 B _X ANYAUTO A1 29079707 05/19/94 05/19/95 EX~E~8 UABIUTY ~EACH OCCURRENCE E 2 t 000 f 000 C Z UMBRELLAFORM A1 29095339 05/19/94 05/19/95 _AGGREGATE e2r000,O00 qITD BV~PLOYma' UABIOTY [~ _EACH ACCIDENT e I f 000 f 000 THEPROPPJETOPJ INCL WP94-546979-03 11/20/94 11/20/95 Dle, EASE-POLICYLIMIT $ lfOOOr00O OFFICERS ARE; EXCL WY94-546979-03 11/20/94 11/20/95 OISEASE- EACH EMPLOYEE E lfOOOf000 A SCHEDULED EQUIP. A1 29079691 05/19/94 05/19/95 ALL RISK $1,398,231 DED $ 500 ]* 10 DAY NOTICE FOR NON PAYMENT OR NON REPORTING OF PAYROLL. CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER G17957B ATTACHED. REt ALL CALIFORNIA OPERATIONS CITY OF FONTAMA 3 0 DAYS WRITTEN NOTICE TO THE CE~TIFICATE HOLDE~ NAMED TO THE LEPT, 8353 SIHRRA AVE, AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 835:3 Sierra Avenue Fontana, CA 92335 A. POUCY INFORMATION Endorsement # ee 1. Insurance Company: VAIIFY FORGE TNSURANCE C~PANY (CNA) Policy Number: ,a~ 29079707 ~ 1 - ~9oct 533 =1 2. Policy Term (From): 5-19-c35 (To): 5-19-9r~ " Endorsement Effective IQate: ~-]9_c~' '~ 3. Named Insured: S,L. BURKHARDT, INC, 4. Address of Named Insured: 6157 MARl ATr i MIRA LO~A, CA 91752 ~ 5. Limit of Liability Any One Occurrence: ~ 1,O00, O00 6. Description of Project:NASHINGTON DRIVE SE~ER PROJECT FROIv] CYPRESS AVENUE TO APPROX 803 FEET FAST (SB-71-94) 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. The City of Fontana, its elected or appointed officers, officials, consulting engineers, employees 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 iis attributable to the Named Insured or a combination of the Named Insured and the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers or volunteers. CA-16 ' 2. CONTRIBUTION NOT RFQUIRED. 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 i,~ City of Fontana, its elected or appointed officers, officials, employees, Im consulting engineers or 'volunteers; or (b) stand in an unbroken chain of i coverage in excess of the Named Insured's primary coverage. In either i. event, any other insurance maintained by the City of Fontana, its elected or appointed officers, ,afficials, employees or volunteers shall be in ~ excess of this insurance, and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the , Named Insured at least as broad as: Ii (1) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any auto") and endorsement CA 0025. (2) If excess, affords coverage which is at least as broad as the ~ primary insurance forms referenced in the preceding lie section ( 1 ). ! 4. SEVERABILITY OF INTFREST. The insurance afforded by this policy lel 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 e shall not affect coverage provided to the City of Fontana, its elected or appointed officer, officials, employees, consulting engineers or ii! Volunteers, 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not ' be canceled, sustaended 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, ii suspension or modification or at least 30 days prior to the effective date of cancellation. CA-17 C. INCID~ENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reportedto the insurer at: ATTN: CLAIMS DEPARIMENT (Title) (Department) CNA (Company) 1800 E, [MPFRIAL HWY, (Street Address) BRFA, CA 92699 (City) (State) (Zip Code) ( 714 ) 9=;5-9700 ( 71/4 ) ? 55-?~GG (Telephone Number) (FAX Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, JOHN BACC~RELL~ , warrant that I have authority to bind the (print/type name) below tisl:ed insurance company and by my signature hereon do so bind this company. ' ' I Signature ORGANIZATION: MERI])IAN INSURANCE SERVICES, INC. TITLE: VTCF PRF~IT~FNT ADDRESS: Z4r--~ll F, I A pal MA AVFNIIF, SUITF 150, ANAHFIM, CA 97RQ7 TELEPHONE: (714)693-9100 FAX NO. (714)693-9108 CA-18 WORKER'S COMPENSATION/EMPLOYERS LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontaria, CA 92335 A. POLICY INFORMATION Endorsement # 1, Insurance Company: FRFIvE)NT C~PFNgATTI3N TNSIIRANC. F C,~PANY ("the Company") Policy Number: NPgLFSq6979-OZS 2. Effective Date of This Endorsement: 11-20-9q 3. Named Insured: g.,], ]~[]IRK-'FIART)T, TNC. 4. Employer's Liability Limit (Coverage B): 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 endorsernent attached thereto, it is agreed as follows: 1. Cancellation Notice. 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 30 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 canceled 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 30 days prior to the effective date of cancellation, 2. Waiver of Subroqation. 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. CA-19 C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, JOHN ]~ACCARELLA , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: MERZD[~ INSURANCE SERVICES, ~NC, TITLE: VICE PRESIDENT ADDRESS: /4501 F, I A PAl MA AVFNUF, StlTTF 150, ANAHF[ivi, CA 92807 TELEPHONE: (71q)6925-9100 FAX NO. (714)692~-9~08 im CA-20 CITY OF FONTANA GENERAL CONDITIONS FOR CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 ~ · SCOPE OF WORK _~! The work to be done consists of furnishing all materials, equipment, tools, tabor, transportation, services and incidentals as required by the contract documents to complate all the work for the above stated project. The general items of work to be done hereunder consist of partial removal of existing street improvements, construction of Washington Drive Sewer System from Cypress Avenue to approximateIV 803 feet east, removal and salvage of existing pump station, reconstruction of street improvements, and all appurtenant related work. LOCATION OF WORK The general locations and limits of the work are as follows: WASHINGTON DRIVE FROM CYPRESS AVENUE TO APPROXIMATELY 803 FEET EAST. TIME OF COMPLETION The Contractor shall complete all work in every detail within 35 working days after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor .-' shall place the order for the sewer pipe within 10 working days following project me award by CITY. Verification of order shall be presented to CITY. :, LIQUIDATED DAMAGES i!! Failure of the contractor to complete the work within the time allowed will el result in damages being sustained by the CITY. The liquidated damages to be paid to the CITY or to be deducted from any payments due or to become due to the Contractor for each consecutive calendar day the Contractor needs to complete the · e whole or any specified portion of the work beyond the time allowed in the specifications are prescribed in the Special Provisions, pursuant to Public Contracts Code Section 10226. TRAFFIC REQUIREMENTS .: A minimum of one (1) travel lane in each direction shall be maintained on all i paved streets within the construction zone at all times. Access shall be provided to ~, all intersecting local streets and driveways at all times. The Contractor shall submit a plan detailing the detineation and protective measures to be undertaken for CITY and other agencies' approval. GC-1 ;-- Said Plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns. Delineation shall be in accordance with the California Department of Transportation Traffic Manual. No street closures shall be made ~, without prior approval of the City Engineer and other agencies involved. Steel plate covers shall be installed per Work Area Traffic Control Handbook .: (Plate Bridging), over all open trenches at the close of construction each day so that a minimum of one (I) travel lane in each direction can be maintained during non-construction hours. HAZARDOUS MATERIALS Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the existence of possible hazardous materials, as follows: If the work entails digging a trench or other excavation four (4) feet or more in i~ i depth, contractor shall prornptly, and before the following conditions are e disturbed, notify the CITY in writing of any material that the contractor believes · may be hazardous waste; any subsurface and latent physical conditions at the si:te 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 ei 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 .el as specified and shall provide the CITY with proof of contact with USA upon request. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. e 1. Fontana Water Company Local Telephone: (909) 822-2201 ~ USA Member Utility, Phone 1-800-422-4133 2. Pacific Bell ~ , Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-422-4133 ~ 3. Southern California Edison Co. Local Telephone: (909) 357-6223 USA Member Utility, Phone 1-800-422-4133 GC-2 ~ 4. Southern California Gas (:ompany Local Telephone: (909) :335-7750, (800) 427-2200 ~: USA Member UtiliLty, Phone 1-800-422-4133 5. Fonta'na Community Development Department (Sewer and Storm Drain) Local Telephone: (909) 350-7610 6. Comcast Cable ;. Local Telephone: (909) 988-2985 m 7. Caltrans - Contact Susan Collins ~ Local Telephone: (909) 383-5954 8. San Bernardino County [:)epartment of Transportation/Flood Control Local Telephone: (909) 387-2888, (909) 387-2633 The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at 800/624-2497 at least two (2) working days prior to the start of construction. The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the plans or not, and shall assume full responsibility for all damage resulting from his operations, The Contractor shall coordinate with each utility company as to the requirements and methods of protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including temporary service connections. By submitting a bid, the Contractor acknowledges the above referenced utility work to be done in conjunction with this project. The Contractor shall schedule his work and conduct his operations so as to permit access and time for the required utility work to be accomplished during the progress of the work. The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time 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. To the extent required by Government Code Section a~215, the CITY shall compensate Contractor for the costs of locating and repairing damage to utility facilities not due to the failure of Contractor to exercise reasonable care, and for removing or relocating main or trulnk 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 CITY to provide for removal or relocation of such utility facilities. GC-3 Lj The Contractor shall "pothole" to determine the exact horizontal and vertical location of the underground utilities as shown on the plans, marked in the field, or as ~, directed by the Engineer, in conformance with Section 5-1 of the Standard J ' 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 i ~ existing soil shall be replaced and compacted to 95% or greater to a level of one foot · ~ below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush with the existing finished surface. In areas without paving, the soil ~ ~ shall be replaced and compacted to a level even with the adjacent grade. All backfilling and compacting for potholing shall be completed under the ~: supervision of the Inspector. Any backfilling or compaction done without proper Iml inspection will require submittal of a '.soils report confirming compaction of subgrade and base and gradation conformanca prior to final release. Compaction testing will ~ i be performed by the CITY. For potholing done without the proper supervision, the i cost of testing shall be deducted from the compensation paid to the Contractor for potholing. The Inspector may, at his discretion, order testing for any area he believes ~ ~ to be below the required compaction, whether he has supervised the work or not. ff ie the suspect area fails to meet the required compaction, the Contractor shall rework the area ,until the specified density is obtained. The CITY shall then retest the area i for compliance. The cost of a~l testing within these areas shall be deducted from the lee compensation paid for potholing. If the suspect area meets the compaction ~ requirements, the testing wil~ be at the CITY's expense and the cost will not be ie 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, Following approval of the waiting period by the CITY, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and construct the final patch using a C2-AR4000 hot mix asphalt. A tack coat shall be applied to the pavement edges and surrounding areas. The thickness of the asphalt concrete layer shall be one inch greater than the existing section, but not less 'than four inches. :~ ~. Payment for potholing shall be made at the contract price bid for each and shall ee include full compensation for furnishing all materials, labor, tools and equipment to provide this item of work, complete in place, including pavement removal, excavation, ::2 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 th{; 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 GC-4 be as determined by the Engineer in the field. Payment for potholing will be made at the contract unit bid price only for the work actually performed and pre-approved to be performed at each location by the Engineer in the field and shall not be subject to the provisions of Section 3-2 of the Standard Specifications. 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 outside of 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 excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least two (2) hours. Water shall not be allowed to rise unequally against 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. 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 Federat 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. GC-5 In eccordance 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 Contrector 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 ~;ffective 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. STANDARD SPECIFICATIONS The Standard Specifications of the CITY 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: GC-6 Building News, Incorporated 3055 Overland Avenue, Los Angeles, California 90034 (310) 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 Standard Specifications (latest edition) of the State of California, Department of Transportation. Copies of these specifications and standard drawings may be obtained from: State of California - Department of Transportation Central Publication Distribution Unit 1900 Royal Oaks Drive Sacramento, CA 958119 References in the Special Provisions to Standard Plans shall mean the Standard Plans of the City of Fontana or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix I of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it i,s understood that the item is to be furnished and installed complete and in place and that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment and incidentals, and do all the work involved in executing the contract. WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.2 of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the Secretary of the Board of Directors and are available for review upon request. .. GC-7 .. Attention is directed to the provisions of Sections 1774, 1775, 1776, 1777.5, and 1777.6 of the State Labor Code. Sections 1774 and 1775 require the contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures, and certain notices required of the Contractor pertaining to their location. The Contractor and all subcontractors shall be required to pay travel and subsistence payments as defined in applicable collective bargaining agreements and Labor Code Sections 1773.1 and 1773.8. Eight (8) hours of labor shall ,constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight (8) hours during any one calendar day and forty (40) hours in any one calendar week, except when payment of overtime is made at not less than one and one-half (1-1/2) of the basic rate for all hours worked in excess of eight (8) hours per day. The Contractor shall forfeit to the CITY, as a penalty, 925 for each worker employed in the execution of this contract by hint, 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. ApDrentices Section 1777.5 requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the contract, The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any 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 Cartwriqht Act Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractors offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the contractor without further acknowledgemerit by the parties. ii CITY OF FONTANA SPECIAL PROVISIONS FOR THE CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST BID NO. SB-71-94 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 I - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS. Agency/City City of Fontana Board City Council County County of San Bernardino Engineer City Engineer Federal United States of America State StatE; of California SECTION 2 SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT. [Replace with the following]: Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following contract documents to the CITY: Contract Agreement Contract 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 Forrns 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 CITY until executed by the authorized CITY officials. A corporation to which an award is made may be required, before the Contract SP-1 Agreement is executed by the CITY, 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 (10,0%) 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. Payment for the as-built plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. 2-8 RIGHT-OF-WAY The CITY will acquire all rights of way, easements and rights of entry as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside the public right of way. All cost for remobilization, downtime, etc., due to delays in obtaining the required rights of way, easemen'ts, 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 stakincj primarily for the convenience of the Contractor, not in conformance with usual and customary practices, and for replacement of stakes lost as a result of the Contractor's operations will be the responsibility of the Contractor. The cost of said additional surveying shall be deducted from the Contractor's progress payments. The Contractor shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. The Contractor shall set finish elevation control stakes. Payment for setting control stakes shall be considered as included in the price bid for the applicable items of work. SP-2 The Contractor shall obtain written verification of tying out existing monumentation by CITY prior to beginning any removals. SECTIONI 3 CHANGES IN WORK 3-2 CHANGES INITIATED BY THE CITY 3-2.1 General [Add the following]: The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor's original bid for all of the various items of work~ombined and shall not be construed to mean the subtotal shown on any singular item of work. 3-3 EXTRA WORK 3-3.2.3 Markup. [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order and pickup or yard trucks used by the above personnel. These costs shall not be reported as labor or equipment elsewhere except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. SECTION 4 CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The City will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. 4-'1.1 General. [Replace the third paragraph with the following]: If at any time defects in the werk shall be found, the Contractor shall promptly correct such defects, remove and dispose of all defective and unsatisfactory work or materials. Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the City shall cause the unacceptable or defective work to be removed or renswed, 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 refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reiimburse the City for any sums incurred in excess of monies due or which may become due. SP-3 SECTION 5 UTILITIES 5-1 LOCATION. [Add the following paragraph]: The ContraCtor shall notify the utilities designated in the General Conditions at least 48 hours in advance of excavating around any of their structures. SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following]: The Contractor's proposed Construction Schedule shall be submitted to the 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 t:o 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 as included in the items of work 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, SP-4 materials, or other cost or expenses which may be incurred as a result thereof. City shall further have {he 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. 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 shah be confined to the hours between 7:00 AM and 6:00 PM, Monday through Friday, excluding holidays, Deviation from these hours will not be permitted without the prior consent of the 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 carl 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 hy 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 of the first paragraph 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 to assess 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 SP-5 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 at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-.2.2 Laws. [Add the following]: The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable 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 INSURANCE. [Replace the entire Subsection with the following]: 7-3.1 Indemnification. The Contractor shall indemnify and save harmless the CITY OF FONTANA, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages aris ng 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 rec, eipt requested, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1,000,000 each person $2,000,000 each accident $1,000,000 each accident for products and completed operations SP-6 Property Damage ~ 1,000,000 each accident Worker's Compensation Statutory Automobile Liability Insurance to include all owned, non-owned or non-hired vehicles, including loading and unloading thereof: Automobile Bodily Injury 81,000,000 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 shall be notified by registered mail, re,turn 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 effectiw-'. Tt~e 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 Fontaria against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under 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 properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless the City of Fontaria, 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 SP-7 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. ee If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do e so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the Engineer to order such additional precautions, however, e shall not Fe~ieve the Contractor from his full responsibility for public safety. 7-3,4 Certificates of Insurance. ThE; Contractor shall not commence work until Contractor had delivered to the e City a Certificate of Insurance executed by a duly authorized agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the job site 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 e whatsoever. 7-5 PERMITS [Replace the first sentence with the following]: m Prior to the start of any work, the Contractor shall take out the applicable CITY and Caltrans permits and make arrangements for City, County and Caltrans · 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 m and no additional compensation will be allowed. The City of Fontana will waive the usual City construction permit fees. The Contractor shall provide the CITY with copies of all permits prior to commencement of construction. If the permit or license II of any agency or public utility is more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility · right-of-way. See APPENDIX VI for a copy of Caltrans and San Bernardino County permits. 'The contractor shall also obtain a Caltrans permit for access to their right-of- · way and/or chain link fence removal and replacement when removing existing trees as shown on plan. Contact Caltrans Permit Officer at (909) 388-7058. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. In addition to standard specifications, special attention shall be given to the I following: SP-8 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 compeqsation will be allowed. (Replace the last sentence of Paragraph 3 with the following]: Lawns shall be repaired by installing sod of similar variety as that which was removed. Installation shall be in accordance with the grower/supplier's instructions. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. (Add the following]: (Special attention is called out for in Section 7-10.0 in whole, and especially as underlined:) The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the work, or an approved detour shall be provided. Safe and adeouate oedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments,churches, schools, parkinQ lots, service stations, motels, fire and oolice stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise aDDroved bv the Enaineer. Safe and adeauate Pedestrian zones and oublic transportation stops, as well as oedestrian crossing, of the Work at intervals not exceedin<3 300 feet (90 m), also shall be maintained unless otherwise aDDroved bv the Enaineer. Vehicular access to residential driveways shall be maintained to the ProPertY line except when necessary construction precludes such access for reasonable oeriods 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 Barties involved in the delivery of mail and the collection or removal of trash and qarbaae to maintain existing schedules for these services. 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 SP-9 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 inc, lude in its Bid all costs for the above requirements. When entering or leaving roadways carrying public traffic, the Contractor's .- equipment, whether empty or loaded, shall in all cases yield to public traffic. i= The Contractor shall notify all affected property owners of the proposed me 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 c'ontrol 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 me 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 !Iii various items of work and no additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets. [Add the ~ following]: No more than 1000 linear feet of pipeline shall be stockpiled on the site, le regardless of size. 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. The Contractor shall be responsible for obtaining the applicable CITY permit for stockpiling within the public right of way (Permit Fees will be waived for City contracts). Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. The Contractor may, at his o~vn expense, maintain and operate a work and storage area outside the public right-of-way. In such case the Contractor shall submit to CITY written authorization from the owners of the subject property prior to · - occupation. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by CITY. Condition ~= and operation of yard shall conform to these specifications. The Contractor shall m assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner = of the subject property. ,.. The Contractor shall vacate site and return it to pre-project condition within five : ~ (5) working days following completion of work for which it was intended. 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 the CITY. The Notice of Completion will not be issued until said release is submitted. .. SP-10 7-10.3 Street Closures, Detours and Barricades. [Add the following]: The Contractor shall maintain the minimum traffic requirements designated in the General Specifications. It shall be the Contractor's responsibility to furnish a detailed detour signing and barricade plan for CITY 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 the lump 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 CITY 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 or removed as directed by the plans and the Engineer. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable government authority. Contractor will be responsible for providing traffic detour and traffic control plans for CITY 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 price bid for the traffic control bid item 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. No street or access closure to through traffic will be allowed without the express approval of the CITY. The following statement applies to all permits for work within public rights-of- way: The "State of California Manual of Traffic Contol for Construciton and Maintenance Work Zones" provides information necessary to carry out proper and safe traffic control. Should a contractor not provide proper traffic control after the first advisory warning, the City may cite the contractor or other contracting agency under City Ordinance 997. The penalty for not providing for the required proper traffic safety in the public right-of-way is a misdemeanor with a fine of up to $1,000.00 or up to 6 months in jailor both. We request that you provide strict traffic control at all times using the signs, barricades, delineations, warning lights, flagger control and flashing arrow signs, as required. The normal lane to be maintained is 12 feet wide. Consult with the City inspector if you require assistance. SP-11 7-10.4 Public Safety, 7-10.4,1 Safety orders. The Contractor shall comply with the provisions of 'any CITY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 PAYROLL RECORDS [Add the following paragraph]: Certified Payroll Records shall be submitted to the CITY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports, SECTION 9 MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. [Replace the first paragraph with the following]: rill Contractor will be paid only for the quantities as listed in the Bid Schedule and r = constructed in accordance with thE,, Plans and Specification. Should any pay item imi 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 if those items were approved by the City, a cost was agreed to by all parties imi and a written Change Order was a, pproved and submitted to the City prior to the construction of said work. Before any payment shall be made, Contractor shall have provided City with releases executed by persons who might have mechanics liens, stop notices or labor and materials bond rights against the project and arising out of the work. 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 the Plans and Specifications showing the as-built conditions. 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 CITY to secure performance under the contract. SP-12 At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Fedorally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by CITY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the City Attorney's office. Before the CITY shall make the final payment, Contractor shall execute and file with the CITY a release in the form supplied by the CITY, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 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 procjress 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 proje~;t site. The compensation paid for mobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the Contractor for doing all the work involved in mobilization as specified heroin. Payment for mobilization will be included in the first monthly progress payment and shall be considered fulll compensation for the cost of such mobilization and administered for the entire contract period. PART 2 - CONSTRUCTION MATERIIALS SECTION 211 SOILS AND AGGREGATE TESTS 211-2.1 Laboratory Maximum 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 bs replaced with Note 2 of ASTM D1557. 211-2.2 Field Density. [Add the following paragraph]: Field density tests will be made by the Engineer during the course of construction at the expense of ths CITY. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the SP-13 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 3 - CONSTRUCTION METHODS SECTION 300 EARTHWORK iei 300-1 (:LEARING 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 m 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, fiashers and flagmen necessary to maintain proper control. m (4) Application of soil steri'lant. ee (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 " joined by the project following project completion. Cleaning to be done i. to satisfaction of Engineer. (9) Replacement of disturbed traffic signs, striping and markings as required ee to the satisfaction of the Engineer. l ~ ( 1 O) Tree removal and disposal of trees in a legal manner. Will require a dual SP-14 · ,, permit from Caltrans. Contractor must contact Caltrans to determine the permit requirements and associated cost for obtaining the permit. ~ (11) Remove and replace any damaged Caltrans fence per Caltrans requirement· ie (12) 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 Iii shown or not shown on the plans to be removed or relocated. (13) Removal of abandoned 2" steel water line within trench. 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 tieshers and shall be paid for at the lump sum contract price and no additional compensation will ii be allowed. Payment shall includE,. full compensation for material, equipment and doing all work involved in clearing and grubbing as specified. ii 300-2 UNCLASSIFIED EXCAVATION. ; ~ 300-2.1 General. ~i:- Unclassified Excavation shall include excavating, loading, stockpiling, hauling im and disposing of surplus material to the depth indicated on the plans or as directed by the Encjineer. Removal of existing asphalt concrete pavement shall be included in this ~ item of work unless covered by a specific bid item. 300-2.2 Unsuitable Material. [Add Subsection 300-1.3.2 (a) Bituminous Pavement" as Subsection 300-2,2.3 and amend as follows]: Bituminous Pavement and Concrete removals shall be sawcut at the designated ! , lines of removal shown on the Plans or as designated by the Engineer. 300-2.6 Surplus Material. [Add the following]: All surplus materials shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment. [Replace with the following]: PaVment for Unclassified EExcavation shall be deemed as included in the compensation paid for the related bid item and no additional compensation will be allowed. '" Payment for removal of existing asphalt concrete pavement, and concrete curb and gutter shall be made at the contract unit bid price per square foot or linear foot, =. respectively, and shall include full compensation for furnishing all labor, materials, I . SP-15 tools, and equipment involved, including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed. The contract unit bid actual price for asphalt pavement removal shall be independent of the actual thickness encountered in the field. The quantity measured for asphalt pavement removal shall be limited to a maximum of that designated as "pay Iines" per detail on the plans and measured in the field. Removal of asphalt concrete beyond this limit shall be at the Contractor's expense. Payment will be made only for the quantity of pavement within the limits actually removed and within the "pay lines". lie SECTION 301 TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS w 301-1 SUBGRADE PREPARATION i i 301-1.2 Preparation of Subgrade [Add the following]: Preparation of the subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these provisions. 301-1.3 Relative Compaction. Relative compaction in paved areas shall require 90% relative compaction of the subgrade. Relative compaction of the pavement section's aggregate base shall be 95% (when aggregate base is not used, the top 12 inches of the subgrade shall be compacted to 95% relative compaction). Relative compaction in unpaved areas shall not be fess than 90% up to a level even with the adjacent ground. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective bid item and no additional compensation will be allowed. 301-6 SOIL STERILANT. [Add new Subsection]: 301-6,1 General. ' All areas to receive Asphalt Concrete Pavement or slag shall be prepared in im accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor ! = shall apply a non-migrating soil steri'lantto the subgrade. Application shall be by spray Im 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 lie sterilant to the designated areas only. Aggregate base may be placed immediately after placement of soil sterHant. 301-6.20perator's License. The Contractor's operator applying the soil sterilant shall be licensed by the ' State of California, Department of Food and Agricultural Affairs and registered with the Office of the Agricultural Commissioner of San Bernardino County as pest control ,, officer. SP-16 301-6.3 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. ; im 301-6.4 Payment. The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing and grubbing and no additional compensation will be allowed. II 302 ROADWAY SURFACING 302-5 lISPHALT CONCRETE PAVEIVlENT 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 appfied uniformly upon the existing pavement joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack coat shall be SS-1 h 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]: Asphalt concrete pavement for resurfacing shall be at least 3 1/2" 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 2 1/2" thick and shall be B-AR4000. The finish course shall be a minimum one inch thick and shall be C2-AR4000. The base courses rnay 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 construction. Placement of the finish course shall not be completed until completion of underground construction urnless waived by the Engineer. Only those areas where existing pavement is removed are to be repaved, subject to direction of the Engineer. SP-17 At those locations where new asphalt concrete pavement overlay joins existing asphalt pavement, the Contractor shall rake out all aggregate 3/8 inch or larger and feather 'the new paving to form a smooth transition to join the existing pavement. 302-5.9 Measurement and Payment. [Add the following]: Asphalt Concrete pavement for resurfacing shall include the full depth patch and shall be measured by the ton, The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications, Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of 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, The pre-existing condition of the pavement within the project limits is considered good. If the contractor's equipment causes damage to pavement beyond the pay lines as shown on plan, and if such damage is originated by contractor not exercising reasonable caution, it shall be corrected to County of San Bernardino and City of I;ontana's satisfaction and at the contractor's expense. SECTIO~I 303 CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General. [Add the following paragraphs]: Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works Construction as modified by the applicable Standard Plans and herein. 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. 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 to its use under this contract. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than 10 feet or more than 50 feet. The SP-18 joints shall be in the same plane for the entire structure and for concrete thickness greater than 6 inches shall be keyed as directed by the Engineer. " The concrete for surface improvements shall be Class 520-C-2500, while that for inlet structures and junction structures shall be Class 560-C-3250, and while that i for box culverts shall be Class 650-C-4000. 303-1.3 Forms [Add the following paragraphs]: Forms shall be braced to with:stand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. : , Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable ~,' material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope iis 3/4:1 or steeper. ii A clear non-staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost olf furnishing and placing form release agent shall ~.,, be included in the cost of Portland C'emant Concrete. 303-1.7 Placing Reinforcement. ,, 3( 3-1.7.1 General [Add the following paragraphs]: iei 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 el 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 ii 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 ~ embedrnent shall be from the outsidEa of the bar to the nearest concrete face. Tack ee 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 ~i!, 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. · ~ SP-19 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 to be joined, and reinforcing bars Nos. 9, 1 O, 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 shall be 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. 303-1.9.2 Ordinary 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 fi:rst paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment. [Replace paragraph one with the following]: Portland Cement Concrete structures will be paid for as shown in the proposal bid sheet for each item and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the respective structure in conformity with the plans and specifications. Payment for concrete manhole structures, junction structures, catch basins, collars, and bulkheads shall be made; at the contract unit price bid for each respective type of structure as bid and shall incllude full compensation for furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective SP-20 · ' item of work complete in place as shown on the plans or specified heroin, including removal of existing improvements, and no additional compensation will be allowed. · e Payment for concrete catch basins shall include compensation for the local depression as shown on the plans. In areas of existing pavement, catch basins shall be constructed by sawcutting and removing the existing pavement one foot from the ~ edge of the local depression. Following construction of the basin and local - depression, the void shall be patched with 6" thick full depth asphalt concrete ~ pavement in accordance with Section 302-5 of these Specifications. , ~ Payment for adjustment of concrete manholes or junction structures to grade !~ shall be included in the compensation paid for the respective structure. Removal of iei existing structures shall be paid for at the contract unit price per each regardless of size and no additional compensation will be allowed. 303-2 AIR PLACED CONCRETE 303-2.1 Requirements 303-2.1.1 General [Add the following]: Air-blown mortar (concrete drainage swale) shall conform to the provisions in CALTRANS Standard Specification, Section 53, "Air-Blown Mortar" and Section 72, "Slope Protection" and these special provisions. The contract price paid per linear foot for air-blown mortar (concrete drainage ::! swale) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing air-blown : ! mortar, including preparing the foundation, reinforcement, and structure backfill, as ell shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the Engineer. 303-7 Rock Slope Protection (Rip Rap) ii Concrated rock slope protection shall conform to CALTRANS Standard imi Specifications (Latest Edition), Section 72, "Slope Protection". ~,:i The unit price paid for concreted rock slope protection shall include full e compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the rock slope protection (rip rap), ' ' complete in place, as shown on the plans, as specified in the Standard Specifications, II these special provisions, and as dir~;cted by the Engineer. ~ SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 3,06-1.1.2 Maximum Length of Open Trench. [Replace with the following]: The maximum length of open trench shaft not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation, All excavations shall be backfilled to finish grade at the completion of daily operations. SP-21 Temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas. 306-1.2.1 Bedding. [Add the following[: Pipe bedding for underground conduits shall conform to the plans and Section 306-1 ..2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be included in compensation paid for the respective bid item for construction and no additional compensation will be allowed. Where additional rock bedding is required by the Engineer to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor's operation), such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for 'the convenience of the Contractor shall not be subject to additional compensation,. 306-1.3.4 Compaction Requirements. [Replace with the foltowing]: ls, II trench backfill shah be densiliad to 90% minimum relative compaction, as required per Section 301-1 of these specifications. Placed backfill and the granutar bedding material shall be compacted to 90% minimum relative compaction. Jetting will not be permitted unless specifically approved in advance by the Engineer. Asph:alt Concrete shall not be used for backfill unless it has been crushed to a maximum size of 3/4". No rocks greater than 6" diameter shall be allowed in the backfill. No nesting or rocks shall be allowed. 306-1.6 Basis of Payment for Open Trench Installation [Add the following]: Payment for open trench ins'tallation of pipe and conduit shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, compaction as shown on the plans or as directed by the Engineer and no additional compensation will be allowed. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES [Add the following]: The above shall apply to all ntilities and underground conduits. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION :308-4 PLANTING [Delete this subsection and replace with Section 2950 of the Technical Specifications in Appendix I attached hereto]: 308-5 IRRIGATION SYSTEM INSTALLATION [Delete this subsection and replace with Section 2811 of the Technical Specifications in Appendix I attached hereto[: SP-22 308-6 MAINTENANCE AND PLANT ESTABLISHMENT [Delete this subsection replace with Section 2950 of the ~Fechnical Specifications in Appendix I attached hereto]: SECTION 313 REMOVAL AND SALVAGING OF EXISTING SEWER PUMP STATION [For pump station details, see Appendix V attached hereto]: The contractor, shall in the p~resence of a city inspector, dismantle intact the following pump station equipment and deliver to Mr. Curtis Aaron, at phone number (909) 350-6685 at the City of Fontana, Public Works Service Center: wet well covers, frames, floats and assemblies, pumps, check valves, control panel, light w/pole, gates, guide rails for' pumps and stainless steel ladder. The contractor may use the wash bay and cleaning equipment at the City Yard to clean wet well equipment. The contractor shall remove and recycle the pump station's exterior block walls and foundations, concrete pad, and the top 4(four) feet of the wet well and dry well. These items shall be taken to a recycling center such as Engelauf in Riverside (909) 684-1332. The contractor shall deliver to the City of Fontana, Engineering Division a copy of recycling receipt from the recycling center. Also included in this bid item is the following. The contractor shall remove and recycle the top z~ (four) feet of the wet and dry wells (See Appendix V,Pump Station Details). The contractor shall jack hammer the entire base of the wet well to permit drainage. Sand backfill and compact both wet and dry well from base to 4 (four) feet below the natural ground surface. The remainder shall be filled in with native soil with no rock size greater than 3 inches, -- SP-23 APPENDIX I TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF IRRIGATION SYSTEIVI AND LANDSCAPE PLANTING LEGEND REMOVE EXISTG. HEADS & PIPE PROTECt EXISIG. RAIN BIRD 1806 15H & PIPE x ~ INSTALL RAIN BIRD 1806-,5F W/!2" POP UP & P~PE ~,~ ~ ~ ~ INSTALL RAIN BIRD 1806-15H W/12" POP UP & PIPE ~ Nx ~ INSTALL RAIN BIRD 1806-15Q W/~2" POP-UP & PiPE EDGE OF PAVEMENT ~ .,, PROTECT EX~STG. FENCE ~ X X INSTALL 6' HIGH CHAIN LINK FENCE NOTES: 1. NEW ~IERAL LINES SHALL BE PVC C~SS 200 EXISTG 2" 2. PROVIDE TRIPLE SWING JOINTS AT ALE NEW LOCATIONS (PROTECT) ' Z EXISTG. VALVE r --- ' PARKING LOT I PROTECT EXISTC. TREES AND SHRUBS "' ' ,,', '~ ~/~'%'~ REFE~TO DWG. NO, 2~5 SHEET 2 OF 2 ~NDERGROUND UTILITIES IN THIS AREA " REMOVE~o ~ :,, ,', IS G. 1/2" (PROTECT) X T ~ ~ ~[~. '.~t I",V[ :.'~ NL REPAIR NORTH HALF OF GATE WASHINGTON DRIVE PLANT LIST SYMBOL BOTANICAL/COMMON NAME SIZE ACACIA REDOLENS / Acc~cic~ '~ GAL, G ~ PHOTINIA FRASERI / N.C.N. 5 GAL. ~ O HEMEROCALLIS HYBRID / Evergreen Yellow Daylily I GAL. ,',,""] GAZANIA SPLENDENS / "Sunrise Yellow" rooted cuttings F~T '- .... : from flats et 10" o.c. Q~ ~ PARKING LOT r 'O E' ' < H "" U E S R ,', REPAIR NORTH HALF OF GATE WASHINGTON DRIVE ~ ~ 901 COMPAC'~I REQU D · f,.%'~ ,o o"~~. ',~ ~ = " PROVIDE 2' OF CI,EAN BACKfILL NO TE: PIGTAI AND LOOP CONTR(X raRE AT ALL 90 DEGREE CHANtIS IN ~R~ C RON, INSTALL ALL P, V, C. PIPE WITH LABEL UP TRENCHINC I;XHIBIT "D" . SHRUB DETAIL ' · · e \0 · · : I · · tii · :, , le · ' 7: "' .' '" ""::" :' ' ""' "' GROUND COVER SPACING ....., PL'ANTING NOTES TI.~ LANOSCA,°E CONTP. ACTOR SHALL INSTALL ALL IN.ANT I~TERIALS IN ACCOROANCE t4[TH THE PLAN AND IXTAILS. m SOIL PREPARATION N4~:NEI~ENTS (PER JOOO SQUAII:[ FEET): '~". CUBIC YARDS OF NITROGEN STABILIZED & HINERALIZEO ORGANIC AHENI3ffi~NTS (Rt[ENO00, FIR OR CEDAR SHAVINGS) ::j Ir'~::~ POq. INOS AGRICULTURAL tiYPSUH ee ..r~j:2..PO'dNDS GRO-PCY,~:R PLUS CULTIVATE (ROTOrILL) PLAHTING AREAS TO A 01"PTH OF SIX (6) INCHES V[TH THE ABOVE MENTIONED SOIL PREPARATION AHENCIqENTS, IdET SOIL THO~Y AND ALLOM TO SETTLE, RiPEAT THIS PROCED~JRE UNTIL SOIL IS STABLE ENOIK~ TO HOLD A UNIFOIIIN ANC~ SMOOTH CONSISTANCY TO ALL(7,I FOR 0RAINAGE AND AIR PENETRATION. BACKFILL MIX FOR TREE AN0 SHRUB PLANTING (PER CLINIC YARD): ,: 2/3 CI.~IC YARD ON-SITE SOIL · Im I/3 CUBIC YARD ORGANIC A/(NOHENT (I.E. NITROffi.!~S) i POUNO [lION SULFATE 2 POUNDS 6-gO-ZO CDIqqERCIAL FERTILIZER. Ill PROVIDE AGRIFC)RI4 PLANTING TABLETS (21 GRNIt$) IN EAC;,~ PLANTING PIT AS FOCLOMS: ~. (1) ONE TABLET (2! GRANS) FOR EACH ] GALLON CONTAINER · e (3) THREE TABLETS (63 GRN~) FOR EACH S GALLON CONTAINER (4) FOUR TABLETS (84 GRAHS) FOR EACH [S reALLOW CONTAINER (1) ONE TMLET (21 GRNqS) FOR EACH |/2 INCH OF TRb'NK CALIBER mi FOR ALL BOXEO NIATERiALS LARGER THAN :IS GALLON. GROUNO COVERS SHALL EXTEND BENEATH ALL TREES AND SHRUBS IN PLANTER AREAS I[TH GRO4.JNO COVERS INDICATED. ,:, 12" POP-UP ii CITY OF FONTANA SECTION 2811 IRRIGATION SYSTEM GENERAL REQUIREMENTS A. Major Items of work: Furnish all materials, services and equipment necessary to remove an existing sprinkler system and fully install a complete and satisfactory sprinkler system as shown on EXHIBIT "A" in APPENDIX I attached hereto. B. Ordinance and Regulations: All local, municipal and state laws, rules and regulations governing or relating to any portion of this work are hereby made a part of these specifications. C. Materials: Shall be of the best grade of their respective kinds and shall be of the same brand or manufacture throughout. All materials and equipment shall be new and in perfect condition when installed. The following list comprises the principle materials but does not set the limitation for materials required. 1. Irrigation Pipe: Laterals shall be Class 200 P.V.C., extruded from virgin material. 2. Plastic Pipe Fittings: Shall be tapered socket type, suitable for either solvent weld or screwed connections. Flange and saddle tees will not be allowed. Solvents shall be as recommended by the pipe and fitting manufacturers. 3. Backflow Devices: Existing unit will be used for this installation. 4. Automatic Sprinkler Controller: IS EXISTING. 5. Sprinkler Heads: Shall be of the types and sizes shown on the drawings and the sprinkler legend. All heads shall have an adjustable flow. 6. Risers: Risers to control valves, and sprinkler heads shall be as indicated on the drawings. All heads will be set to grade. 2811-1 2. Joints on sprinkler risers shall be as shown on plans. All heads shall be 12" pop-up type set to grade. Provide i~ triple swing joints at all new locations ~ · G. Plastic pipe and Fittings Assembling: ~ 1. Contractors shall use only the solvent recommended by the manufacturer to make plastic pipe joints. 2. Pipe and fittings shall be primed and cleaned of dirt, dust, and moisture before applying solvents. _~ 3. Apply an even coat of solvent to the outside of the pipe to ~ the depth of the fitting socket, then apply an even coat of solvent to the inside of the fitting , using caution not to ~, apply excess solvent. Quickly insert the pipe into the m fitting and turn the pipe one quarter turn. Hold the joint for approximately 15 seconds to keep the fitting from pushing off the pipe. ~ H. Sprinkler Heads: 1. Pop-up sprinkler heads along walks and drives shall be set to grade at the time of installation. I. Testing: ~ 1 Tests on pressure lines shall be completed prior to backfilling, center load pipe between fittings to insure :. stability of pipe under pressure, all fittings and ~ couplings must be open to visual inspection during the testing. ~ 2 Solvent welded joints shall have 12 hours to set and cure prior to any testing. =i 3 Pressure lines shall be tested for a minimum period of 6 ~ hours and proven tig~t. Leaky joints shall be replaced and repeated for 6 hours. ~ 4 Upon completion of the sprinkler system installation and prior to any planting, the Contractor shall adjust sprinkler heads to properly and evenly distribute the water ~ and adjust the systems to insure that the coverage of the planted areas is complete and adequate. ~ 5. Contractor shall furnish all materials and labor to correct ~ any inadequacies of coverage disclosed by the coverage test. ~,i J. Backfilling Trenches: 1. Backfilling shall be done only during the cool part of the ! day when daytime temperatures are below 80 degrees. 2. Select fill-dirt or sand shall used in rocky soil conditions. ~ K. Plastic Pipe Guarantee: ~ 2811-3 1. Specifications and literature for plastic pipe and fittings shall be submitted for approval prior to starting the work. Submission of samples may also be required. 2. Pipe and fitting manufacturers shall provide a one year written guarantee covering workmanship and materials for w all plastic pipe and fittings. L. Closeout: 1. All work under this Contract shall be guaranteed by the Contractor in writing against all defects and faulty workmanship or materials for a period of one year. 2. Any settling of backfilled areas which may occur during the ~ one year period shall be repaired by the Contractor without ~ expense to the City, including damage to planrings, paving, or other improvements of any kind. !.! N. GUARANTEE; 1. Submit guarantee for the sprinkler irrigation system in accordance with the attached form. File the guarantee with the Owner or City prior to acceptance of the irrigation system. 2. Retype the guarantee form onto Contractor's letterhead containing the following information. GUAR3kNTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or i replace any defects in material or workmanship which may m develop during the period of one year from the date of acceptance and also to repair or replace any damage resulting !1 from the repairing or replacing of such defects at no ~ additional cost to the Owner. Repairs or replacements will be made within a reasonable! time, as determined by the Owner, after receipt of written notice In the event of our failure : to make such repairs or replacements within a reasonable time ~ after receipt of the written notice from the Owner, we authorize the Owner to proceed to have said repairs or · replacements made at our' expense and we will pay the costs and ~ charges therefrom upon demand. PROJECT: LOCATION: Signed Address: Phone: Date of Acceptance 2811-4 INSPECTIONS: Inspections will be required for the following procedures: 1. Pressure test on all lines before backfilling. 2. Coverage test before planting. 3. Inspection of plants before planting. 4. Inspection of planrings prior to pre-maintenance inspection. 5. Pre-maintenance inspection by the owners representative. 6 Final Inspection to be artended by city inspector for acceptance and bond release. Inspection requests: Contractor shall notify City of Fontana, Engineering Division (909) 350-7610, 48 hours in advance of all inspections. END OF SECTION 2811-5 CITY OF FONTANA SECTION 2950 LANDSCAPE PLANTING GENERAL REQUIREMENTS A. Major Items of Work: Furnish all materials, labor and equipment necessary to completely install all landscape work as shown on EXHIBIT "B" in APPENDIX I attached hereto, including the following: Obtain and pay for all permits, tests and inspections. Protect and maintain plantings for the period called for under the maintenance section of these specifications. B. Materials: Shall be of the best grade of their respective kinds. The following list comprises the principle materials but does not set the limitation for materials required. 1. Plant Materials: Shall be healthy, well established nursery stock free of insects and diseases. Quantities shall be as shown on the planting plan, and plants shall be of the species and sizes indicated on the plant list. All plants shall be inspected and approved by the City prior to planting. 2. Agricultural Gypsum: A commercial brand of calcium sulfate, delivered in properly labeled, unopened sacks. 3. Redwood Shavings: Pure redwood shavings or nitrolized fir shavings resulting from milling operations, free from blocks of wood, or other foreign materials. Source of shavings to be approved by the City. 4. Iron sulfate: A commercial grade of ferrous iron sulfate delivered in properly labeled unopened sacks. 5 Coarse Ground Mulch: Mulch resulting from the chipping of tree trimmings to be furnished by the City of Fontaria. 6 Planting Tablets: 20-10-5 analysis prolonged release nitrogen. Plant tablets shall be Grow-Power Plus. 7 Commercial Fertilizer: Shall bear the manufacturer's guaranteed statement of analysis and shall be controlled release type fertilizer. Minimum requirements; 6% nitrogen 20% phosphoric acid - 20~ potash - plus iron. 8 Bone Meal: Fine ground, steamed, dry material with a minimum analysis of 1% nitrogen, 30% phosphoric acid, and 69.5% undiluted bone. 9 Top Soil: Shall be clean, friable, soil obtained from the upper three feet of the earth's surface and shall be classified sandy loam by laboratory analysis. 29.50-1 Soil shall be free of noxious weed seed, bermuda stolons, nut grass, nematode, rocks over six feet in diameter, organic debris, and harmful salts. A laboratory analysis shall be furnishedby the contractor prior to removal for delivery. Analysis shall show texture classification, PH and EC ranges. A minimum of three (3) tests shall be furnished. 10. Samples: Samples of redwood shavings, steer manure, fertilizer and seed shall be submitted for approval, and shall be stored on the site until furnishing of materials is completed. 11. Certificates: Certificates for each delivery of bulk material shall be furnished to the City by the Contractor. Certificates shall state the source, quantity and type of material, date and address of the delivery location . WORK PROCEDURE: C. Preliminary Grading: 1. Preliminary grading shall be done prior to the installation of soil conditioners. Excess soil shall be redistributed before application of soil conditioners and fertilizers. 2. All areas shall be cleaned of all weeds, debris, damaged soil, rocks over 2" in diameter, and clumps of earth that will not break, prior to grading operations, and again after finish grades have been established. 3. Soil preparations of all planted areas shall consist of applying the following materials evenly over the planting areas at the following rates/per 1000 sq. ft. of area: -Redwood shavings: Four (4) yards -Agricultural gypsum: 150 pounds -Grow-Power Plus: Fifty (10) pounds -Iron sulfate Five (5) pounds D. Soil Conditioning and Fertilizing: 1. All areas shall be cultivated (Rotorill to a depth of 6" (six inches) 2. incorporate the soil amendments in the upper six inches of all planting areas at the rates shown. Mix by rototilling or disking until all pockets and layers of soil, and soil conditioners are eliminated. E. Finish Grading: 1. Grades shall provide for the natural run-off of water without low spots or pockets. 2. Finish grade of all shrubbery and groundcover areas shall be two inches below the grade of adjacent walls, pavement, curbs, etc. 2950-2 Shrub Planting: 1. Plant all plants at their natural growing depth, in the locations shown on EXHIBIT "B" in APPENDIX I. 2. Excavate pits with square and vertical sides, 2 times the diameter of root ball and to the depth of 11/2 times the size of the root ball (see EXHIBIT "D" SHRUB DETAIL in APPENDIX I attached hereto). 3. Set plant in center of pit in a vertical position, with crown level 1" above finish grade. Backfill balance of pit with the following prepared mixture: 2/3 CUBIC YARD ON-SITE SOIL 1/3 CUBIC YARD ORGANIC AMENDMENT (I.E. NITROHUMUS) 1 POUND IRON SULFATE 2 POUNDS 6-20-20 COMMERCIAL FERTILIZER 4. Construct a six inch deep water basin, mulch with a two (2) inch layer of redwood shavings, and water thoroughly, backfilling with additional mix where voids appear. Ground Cover Planting: 1. Install plants in areas to spacing shown on EXHIBIT "D" GROUND COVER SPACING in APPENDIX I attached hereto. 2. Excavate pits a minimum 4"x4" with sufficient depth to allow root system to hang free in pit. Place each plant at its natural growing depth and firm soil around base without piling at crown. 3. Water thoroughly after sufficient area has been planted. Any planrings showing evidence of drying out or badly wilting will not be accepted. 4. Ground covers shall extend beneath all trees and shrubs in planter area with ground covers indicated on EXHIBIT "B". Clean Up: Upon completion of all planting work and before acceptance of the project for maintenance, the Contractor shall remove all material, equipment, and debris resulting from his Protection: At all times adequate protection shall be furnished for all planted areas against damage of any kind, until final acceptance of the work. Guarantee: All work done under this contract shall be guaranteed against any or all defects and fault of material and workmanship for a period of one (1) year from the date of completion by the Contractor without expense to the City. Contractor shall instruct the City representative on how to properly maintain and care for the planrings as a requirement of this Contract. 2950-3 K. Completion: A final Inspection shall be held upon completion of the work, providing the Contractor has completed the installation of all phases of the Contract and conformed to all m requirements of these Specifications. Maintenance of Planrings: 1, The Maintenance Period: Shall be 60 days beginning on the day of the check inspection after all work has been installed and approved by the owner's representative and the City Inspector. The maintenance period may be extended to include any additional time that may be required to meet the requirements of the work specified. 2. Watering: Water all. plantings to assure complete germination and continued growth of the planrings. Areas that do not have sprinkler coverage or which may require additional deep watering shall be watered by hand hose watering or temporary sprinklers on stands as may be required. Adjust all sprinkler heads in each area and zone of exposure so that the optimum amount of water is applied at the proper times. 3. Cultivating and Weeding: Cultivate and weed all planted areas at regular intervals not exceeding 15 days. Exercise care when cultivating to avoid damage to roots of the plants. Chemical Herbicides may be used to control weeds at the option of the Contractor and upon Approval by the City. 4. Pest and Disease Control: Spray as necessary to control all infestations, as approved by the City Inspector. 5. Plant Replacements: During the maintenance period, should any plant show weakness and probability of dying it shall be replaced by the Contractor within 5 days of notification to do so. At the end of the maintenance period, all plant material shall be in a healthy growing condition. 6. Final Inspection: Will be held by the city inspector and owner's Representative at end of maintenance period. END OF SECTION 2950-4 APPENDIX II SOILS DATA r: NOS/LOvey 3oh libeler: ~24t5-3 :Content: : (t) : ,:..~.:. tlO: 6,7: ~in9: :: :: :: :: : t2.4: hik{ 1041 L3.4: : : : : : 7 : : : : : tO :.:.:.:.:.:.:. : Z.~: hlk: t2 E~ SravekLy bd, fiAe to mira, vkkh c~rM ~d ttik, ~r.ek : : : ,........,.... : : : L4 :::::::::::::: : : : : : : 13 ~:~:~:~:~:~:~: : { 17 4.t: kill 18 ~ Gravetry S~dt lime te m~a, vitk c~e ~ tilt, ~r&vek 2~ 2l :.:.:.:.:.:.:. L~ C~t$~ud ~ $PT : Oey : r~eld: ;el. $aNII~ F - Jlov~ ',O~!lky: ~otst.: Co~, Type  Foot ', (Z): ', : ,:,.... ', 3.2: hik: Z3 :~:~::: :: 6ravelty Sand, fine ko mIMe, v'tth ¢earse &he SLIt, gri~ek : : : ':':'::':.'  6&; tZ&: 2J: ~sqi ; : : : ,..:........ ~ : : : : 27 ~:~:~:~:~:~:~: : : : : H ~:~:~:~:~:~:~ ~ : : : : 21 ::":::¥::::: : : : : 30 ~ : : : : ~ : : : : 32 ~ : : : : : : : 33 ~ : : : : 34 : : : : : : : : ~ : : : ~ : : : : 37 ~ : : : ~ : : : : rILL TO 4.Qe : : : : 43  : : : : : : : : F F gA~l O~ T~S~S: LP.T. ~Dnu:r, Dr/ ', Moist.', '~el. ' ?e~ 'k'tt;'t~ ?CF X ', ~ : e = F~ot ', ', ~ W : ', ', ', ': "': :. [SN] ~r~ nit/[-, ,,od v/some lr&ve~ {drT t deue) m: 9s. ~ ~ , , ~ :.::.:' ~ ..... w ' It.O: Ill: 1.i', ST: :~::::::~ :: ' 10.~: llll l.ll ~O' "' "' "' ~:: , M.O', l~l', 1.31 :'::'::'::' ' ' ' ' ' ; ~ ~ ~ ~ ~ ll ': 5: :: :, I lI,l: 1111 l.i: ' ' ' :'.iEEEEi ' ' ' 11 :.: :.: :.: :. N I : : II :~: :~: :~: ' ' ' :: ~ ' ' ' II ::: 5: 5: :: m ' ' ' It i:i !:i E:~ i: at, liltI flu land t Itsvet (dup i dense) ::, ' 21.0', --' 4.~1 --' 2~ ::::::::::: ' ' ' ' ' ' ' ' ' ' ' ' ; ' II ':':':*:':*:':' [SV] Brl f-c land t gravel (tr7 t dense~ ' ~ ~ ~ ~ 13 ' :*:' :*:' :*:' :' ~ ' ' ' ' ' 3 S ' "" "' "" ' ' ' ' ' 31 ' .'.' .'. "." ' ' ' ' ' It '.""." e ' ' ' ' ' 38 "" ":"' Total depth 3I.O feet .ICLOSOil I0.: 2 DAT{ 0I TESTS: T/13/8~ ~.P.T. ',Dr~Y[n{: Dry '~ :Bl~vl '.Energy ',Denii~/fCante~t', C~lp. e w ~Per ',k-ft/ft~ PCF ', % % e ': ':. ' lilt/ li:d (d:y t lad de~le) ~ ~.0', ll6', 3.~', ~l', 4 ':':':-.'.*" [SWI Brm f-c s&Ad v/l:&vel (dry i deue} :.:. ' ~ ~ ~ S ' :*:' ,+: :*:' :' ;~ ~ S.S', --', 2.l: --', ~ ':':':':':':':' :.:. :.:. :.: ~ '. ' ~ ~ I ':*:':':':*:': . ' ' ' ' 8 ':*:':':':':':' TO~ai deptk 1,0 feet 19.1: ' ' ' 9 ' "" "" ""' ~ Fill G~UIDWATNI 81COUltiliD APPENDIX III TRAFFIC CONTROL MEMORANDUM TO: PL~I CI'~C~, II~I~CTIO II, EFI~III[]~, ~~ VIgil ~ Cl~ ~ F~ the City of F0ntlnl, Trlfflc S~fety Control pllns ~y ~e r~utrt4 prior c~nc~nt of ~r~. The following tsi list of Z~tcil Traffic Control 1. VERY S~LL STRE~ 0FBI~S 0F LESS ~ 8 ~ ~TT~ users), the Nmttt~ .tll ~ rNutr~ to follw ChaDter S of Ca]trlnS Trtffi~ Hlnull. There ,t~ ~ M fa~ Trtffi¢ Contro~ Resol uttofi. 2. AVE~E STRE~ OrBItS 0F LESS I 8 t ~TT~ ~en no~l traffic flw ~ ~ aff~tN or ~ 1aN closurt.~l rNutr~, Trlfftc Control Plan ~ ~ reutr~. ~e NatteN ~y not be required ~o suite a full Trtfftc ~ntrol Plan u~ 8~provtl ef the C~ty Engtner, after rlviw Of t~ Traffic S~ti~. ~e dete~inaZton is ~as~ u~n revt~ of i~ull strHt conditions. If t fo~1 Plan ~s r~lutred, the ~tttN shill ~ r~uir~ to follw Chapter S of Calftans Traffic N~ull; no~i inaction &fie revt~ INs will be reclu~red as per Ctty If a full Trlffic ~1 Plan is reutr~, the Plln abet(s) require a~ 10 d~ to rtviw ind praise. This tyH of Control PI~ ~ld ~t rHg~rl not~c~n9~ but nQ~l ~ns~t~on ant fees wtlI ~ Au~,,st 19, 3. MAJOR TRAFFIC CONTROL OR DETOURS A road closure or traffic control wiqich will be more than 8 hours duration will require a full Traffic Control Plan. The plan will submitted on Traffic Control Plan sheets for approval by the City Traffic Engineer. A major Traffic Control or Traffic Detour Plan will normally require at least 30 days of checking, approval and notification. The following process is follOwed: A. Payment of Fee Woes are calculate<l 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. 8. Plan Check $ulmittals Major Trefftc Control end/or Detour Plans normally are submitted during or following the, review and approvel of construction plans. After the fees are pmid, plans are reviewed for accuracy in meeting C tty redui rmmnts. The pl arts are al Se reVi ~ for format specifications as Indicate4 below. The Engineer is advised )y :' telephone of review findings to expc4tte the review process. Final plans require e Civil IEn21newr or Trefftc Engtnecr's signature s~mmpt except in tnstan~:es where prior approvel is obtained fram the City Treffic Engineer. Following the theciting process, authorization an4 notification is prepared and issued. FoPmat SHot ficmttons 1. Sheet size of Z4m x 31m with larder and City title block 2. Drawing tc be accuretely proNrttoned te fit sheet size 3. A signature )lecl~ for any other affected Jurisdiction(s) Authorization will describe the s~dctftc requtrmments of 1. Notification of public, public agencies mn{i ne~ services Z. Closure conflict disclaimer 3. Nottftcetion of airlooted adjacent property ~ers 4. Earliest construction starting date 5. Plan signed and aleproved by any affected jurtsatctton(s) RW:CE$:sh .... APPENDIX IV ~:, APPLICABLE STANDARD PLANS Z" A,C. Pavement to / ~ ' , / Alhambra ~ry NO. A- ll72 NOTE: Not tO ~e furniehe~ ~em~ 7 NOTES' SECT~N A-A ~SAMt: AS [XISTINt --~"mi& I I" mill, . '~'~' Scale= I'~ ,' ~.,. ~. ,~' ' , .~ ~,, ~ ..~ ~ ':Z;'."""'~ :' .~-~ ~ ":-_"' :'.:. '_' _~_" ' .~.'~.'.,.,!.""+~ "- ,... ,.' .,~_ I ~ ~ ~.:*: ', ":* ~''~ ~ ' "' " , .,~ ~ ~. ~~ ~. :'~'..: '.: ... . . : :~ ~,- ~.,~.'~ ~ ~'~ ...:..~ ,.:~ ...:: .... ~..~ I ~';' . t'~¢ ? ~ ~' :, :'.:.:""' '~' ' ~;: ..., ~ ..; T ,.. ~.~.:.... ,:.:. .~~- .:.; ~' ".' -Z '~': ,..~~'~ ~l~[~,V~~ " T'.:.:.'~':~'. ~ ~%2~%"."...'...~.'~"..~ ~i . . ~. '~ ~ '. '.....'. ..... : ." ' .. ~ T . ' '~" .' ~ I'a' ~ :~ ..'~.'/. " ~.":;'.'.'K Z'~.".,.~'.'.~"~"~";'~" " .' .'.7-." .. '~.'.' . ~ .~. . ~ ~ C ~all"~"~fi~rltt . NO~: AST~ a-e~, A~T~ C-4~1, AST~ ~me n Grode ~ 5/6/16 Type SmOG ~J ~ , ~/20tl& ~ ~ Tow ~iq~ ~ ~ w '-ed Concrete for 6"to 24" PIpe ~.,,~ ~TA1L Scale, I", 2~ . _. : AR-4000 ~/8"MAX,NOT MIX ~,.C. ~ ~x~R-4000 ,~/4" MAX,HOT MIX ~S~iNG ~ C. '~ '~ L ~. ~ 2" " _L~__ ~"M~X. SiZE N~T~VE ~ SOIL, COMPACTED -- 6" M~X. SIZE NATIVE ~ SOIL, COMPACTED SELECTED NATIVE SOIL ~ ~ ~Y ~ ~ ~ PER CITY PLANS ~ SPECS. ~ ~,~m, ~ ~=~ ~. W/NOT~ H, a~( CL,&O-LOAOING ~a GUTSTOE QLAM~T~ QF ~ki2"MIN' L ~ 3 it"MINIMUM QR AS CITY Of FONTANA, C~ORMAc~c.~o~ c~ .~,JJ,~rc. STANDARD TRENCH REPAIR ~0 w .'~,~' I~ - DET / ,~ CITY OF FONTA/~A FONTANA, CALIFORNIA ~"' STANDARDS FOR TRENCH REPAIR CONTRACTOR SHALL CONTACT UNDERGROUND SERVICE ALERT 2 DAYS PRIOR TO THE START OF ANY WORK IN THE PUBLIC RIGHT-OF-WAY. ALL EXCAVATIONS WITHIN THE CITY OF FONTANA RIGHT-OF-WAY, REQUIRES AN EXCAVATION PERMIT FROM THE PUBLIC WORKS DEPARTMENT. ALL EXCAVATIONS SMALL BE MADE, PROTECTED, AND SUPPORTED AS REQUIRED FOR SAFETY AND IN THE MANNER SET FORTH IN THE OPERATIONS RULES, ORDERS ' AND REGULATIONS PRESCRIBED BY THE CALIFORNIA DIVISION OF INDUSTRIAL SAFETY COMPACTION TESTS SMALL BE TAKEN ON THE NATIVE MATERIAL ~T VARIOUS DEPTHS PRIOR TO THE PLACEMENT OF ANY BASE MATERIALS, OR AS DIRECTED BY INSPECTOR, AND ALSO AFTER CLASS II A.B. MATERIAL IS IN PLACE AND IN ALL CASES COMPACTION IN THESE AREAS SMALL BE 9~% OR BETTER. REPORT SHALL BE ON FILE WITH CITY. PERMANENT PAVEMENT SMALL BE REPI. ACED WITHIN 5 DAYS OF EXCAVATION, A MINIML' OF 2 INCHES THICK]4ESS OF TEMPORARY ASPHALT PAVING SMALL BE PLACED WITHIN THE TRENCH AREA UNTIL PERMANENT REPAIR IS COMPLETED. THE TEMPORARY PAVING SMALL BE PLACED AND COMPACTED IN SUCH A MANNER AS TO PROVIDE A SAFE SMOOTH TRAVELED SURFACE. PERMITTEE SHALL MAINTAIN THE TEMPORARY PAVEMENT IN A SAFE AND SMOOTH CONDITION UNTIL PERF~ENT PAVING IS IN PLACE. PRIOR TO THE PLACEMENT OF PEi~ENT PAVING, EXISTING PAVEMENT SMALL BE CUT TO A NEAT STRAIGHT LINE. PAVEMENT. CRACKED ADJACENT TO THE TRENCH SFL~L~'BE REMOVED. ALL EDGES OF EXISTING PAVEMENT BEING JOT. NED AND SURFACES BEING OVERLAID SHALL RECEIVE A TACK COAT OF ASPHALT EMULSION, AS PER SPECIFICATIONS. TRENCHES OF 300 FEET OR MOPa A~. TO BE PAVED WITH A SELF FROPELLE~'~AVING ~v~ACHINE. IF A TRENCH FAILURE SHOULD OCCVR, THE PERMITTEE/DEVELOPER. WILL BE NOTICED OF SUCH DEFICIENCIES AND ALLOWED TO REMO~E, REPLACE, AND REMEDY THIS WORK. UPON FAILU~Z OF THE CONTRACTOR TO PROMPTLY COMPLTAND UNDER ORDER OF THE CITY ENGINEER, THE TRENCH FAILURE SHALL BE REMEDIED, REMOVED, REPLACED AT THE PERMITTEE/DEVELOPERS SOLE EXPENSE. APPENDIX V PUMP STATION DETAILS III ~ ~ i~ ..........  ~ GUIDE RAILS 'J , C .......................... ~ ~~' ~'~" ~,~.~ ~ ~'~, [ ~1 ' ..... ' ......... ~ '~ ' I ';' "" ' ~4 v '. ........ _ LAN - SEWER LIFT STATION ~LE: ]/8": I'-0" METE~-SEE DWG E-~ T~W E._ FO~' F~NEL ~'EAP~ S~DE ~.~/~2 ~"~ - LOCKING ~SP ~OR PADLOCK (TYP ~) ~CKS 8Y OTHERS - '.:'.~ FLOAT SWITCH CABLES ~ __ ALARM LEVEL ~L. ~o89o0 TURN - ON HiGH " 2"OEEPx ~2"W~ ~ 45' EL. 1087.00 ' /// ' ~ CONC PIPE S~PPORT ~ASE !4,,Oi/ ~ '~L ~0 ~2" DEEP CRUSHED ~GRE~TE -~ 8~E-SEE ~. , ~4"x4"x~4"ANGLE & I/2'~IA. TURN'OFF ,; '~ U-BOLT BRACING SECTION - SEWER LIFT STATION NTS SECTION - SEWER LIFT STATION ," - ' COL. O~ ~-.R' Ovqh4,=k:' ' I / /"" O / ,' IIi //~,'/'/" / ,~,, illi / / / / "~ "~ 'e~' -'~ , ~ iBQL..A,'I":~"N :1 h -I · .., Q " ":ill"':' i; ~ '"""3-B" . WALL SECTION Q APPENDIX VI CALTRANS ENCROACHMENT PERMIT SAN BERNARDINO COUNTY ENCROACHMENT PERMIT STME OF ~LIF~NIA-DEP~TIEMT OF TRANSR3RTATI~ ~NCROACB)[EBT PERMIT RIDE~ Collected by Permit NO. k, 08-94-N-MC-0781 Rider Fee Paid Dist/Co/Rte/PM $ EXEMPT 08-8BD-10-32.11 RECEIVED Date Ride= =~ ~~ February 21, 1995 08-95-N-RT-0180 ! CiTY ENGTNEE~'S OFFtC5 ~0: City of ~onta~a 8353 S~erra ~ve. ~i' ~ontana C~ 92335 me ~ttn: ~r. ~ousG~ ~antanwala (909)350-6645 ~ , PERMITTEE ikn compliance with your request of Ja~nuary 31, 1995 we are hereby amending the above numbered permit as follows: ~ate of completion extended to: Aucrust 31, 1995 ~xcept as amended, ell other term and provisions of the ,original permit shell remain in effect. ED GARCIA/HAINT, $UP./COLTON APPROVED: RUBEN GUERRERO/PERRITB 94-0781 mm95'0180 KEN STEELE,District Director RG RAJINDER S. CNNARAN, P.E., ASST., Dfstrict Permit Engineer I~FM 91 1437 ~' DEPARTMENT OP TRANSPORTATION (CALTRANE> 0 8 -SBD- 10 - 3 2 ENCROAC[rMEI~i' PERMIT RIDER 08-94-N-MC-0781 EXEMPT .11 October 28, 1994 · o: RECEIVED City of Fontana 8353 Sierra Ave. 91994 Fontaria, CA 92335 Attn: Yousuf Pantanwala (909) 350-6645 CITYENGINE~R'SC~: ·PERMITTEE In compliance with our request of October 28, 1994 we are hereby amending the above referenced permit as follows: Change of State's Representative and Area Supervisor from Susan Collins and Basem Mualle=n to Eby Sianaki (909) 383-6348 and Raj Chharan (909) 383 7973 (respectively). II ~xce~.c as emerged, art other tenms an~ provisions of the originat permit shaft remain in effect. Co~. [ ins APPROVED: :hharan 11~4-OTB1 BY: ~ ~ARTHENT OF TRANSPORTAT[ON (CALTRANSZ '~ ~:~rC_,~2EMENT PERMIT ,~ DM-M~P?gZ% (RaY 1/~) 08-94-h-MC-0781 Oist/Co/Rte/~ :~ compliance with (check one): 08-SBd-lO-32.11 Date Your application of August 25, 1994 Aug~zst 26, Z994 Fe Paid Deposit m Utility Notice No. of $Exenlpt $ XXXX Agreement No. of ~ R/W Contract No. of XXXX , City of Fontaria ~ 8353 Sierra Ave. Fontaria CA, 92335 Attn: Mr. Yousuf Pantanwala (909)350-6645 8 PEtITTEE · nd s~jec~ to the following, PE~IS~ION IS HEREBY G~ED to: ~ter Caltrans right of way for the purpose of trimming and/or removal of ~rees Dn City of Fcn~ana/San Bernardino County right of way, on the north side of !-~ between Sierra Way and C~ress Ave; as per Stale approved plans date sta~ed ~gus~ 26, 1994, and/or as directed by the Staro's represenZative. DO SO MAY RESULT IN PERMIT CA~NCELLATION AND RESUBMITTAL MAY BE REQUIRED. .~i ~RTHER INFORMATION MAY BE ATTAINED FROM THE AREA FIELD SUPERVISOR, BASEM .~ALLEM(909) 383-5955. ~twithstanding General Provision No. 3, your contractor will be required to ~pply for and obtain a permit prior to starting work. 'AS-BUILT" PLANS ARE REQUIRED UPON COMPLETION OF ALL WORK. THE "AS-BUILT" =:=ANS MUST BE CERTIFIED (AS-BUILT PLA/qS FOR ROADWAY GEOMETRICS A/q1D BELOW GROUND AS S ;C a OF THIS PERMIT ~e following attachments are also incLLKJed as part of this permit (check In addition to fee the pamittee wik{ be billed X No Uti ~ity Maintenance Provisions __ Yes X NO Inspection __Yes./ No special Provisions __ Yes X FieLd __Yesl No Excavation pannit required prior to begirm~ng work: LE (If any Ca[trBns effort expanded) ~es X N.A. The inferration {n the environmental doculmentaCiun has bean reviewed and considered prior to a~Drovo[ of this permit. h~..~ permit is void unless the work is c0,pLeted before February ~8, 1995 ~ pannit is to de strictly construed and no other wor~ other than sp~c'Tfica[ty mentioned is hereby authorized: ~ro].~ct w~rk shaLL be c~,,l~anced until aLL other necessary permits and environmentat cLeararies hove been c4~ta~ned. APPRO%qED: EN STE , DistFice Director ATTACHED TO AND M~3E PkRT OF PERMIT NO. 08-9%"~-MC-0781 1.- YOUR ATTENTION IS L..~ECTED TO STA~FDARD SPECIFIu.~TIONS SECTION 7-1.11 PRESERVATION OF PROPERTY AND BUSINESS AND PROFESSIONS CODE, SECTION 8771. PERMITTEE SHALL PHYSICALLY INSPECT THE WORKSITE AND LOCATE SURVEY u MONID4ENTS PRIOR TO WORK COMMENCEMENT. MONZ/MENTS SHALL BE REFERENCED OR RESET IN ACCORDANCE WITH BUSINESS AND PROFESSIONS CODE. 2. Permittee's work shall be s~ordinated to any operations which the State u may cozlduct, and shall not delay, nor interfere with the State forces or State's contractor. m 3. In addition, if time extension is necessary, a request for time extension should be made a minimum of two (2} weeks prior to completion date stated on the face of the permit. If work has not been started before the completion date, permit may be voided and resubmittal may be ~ required. ;;;4. ALL fence relocated to facilitate the construction of this project ~ inside the State right of way shall be replaced with type CL-6 fence as shown in the State's Standard[ Plans dated July 1992. Where Type CL-6 fence does not exist, the State right of way fence must be upgraded to ::8 type CL-6 fence, as shown in the Standard Plans. 5. Access control on the freeway will be maintained at all times, i.e.~ ~ the work inside the State right of way must b3 fenced off with no access ~ to ~he work area from the freeway, ~ 6. PERMITTEE SHALL CONTACT STATE'S REPRESENTATIVE FOR FINAL INSPECTION ~D APPROVAL OF COMPLETED WORK. II , COUNTY OF SAN BBRNARDINO,~ ;'-."' "' t'~ ~%: ' .~,~' ENVIRONMENTAL PUBLIC WORKS',/,Gt:NCy "11~%~' 1" ~ 825 E~stThird Street ~CO ~ ~EC~ION OFFICE 909/387-2890 ' ' Dist. Map Road Name Type . Account No. 3 15V21 -~2 ~AS~Z~GTO~ DRZVg 12 E'62249 RT~Y ~f~ PQNT~NA ~rmit Number i 8353 SIERRA AVENUE SEPT. 15,199~ Address ,.':"~s: ~'.~':;i:d'c~ :- ::~ FONTANA, CA 99335 PERMIT~PIR~S SEPT. 15,1995 ~ CLty Sta~e Zip '" ' ' ~nlnChar~eofFieldWork WAYNE BROWN 909/350-6636 STA~WOR~:L"' SEPT. 15,1994 ~ In accordance with your application dated SEPT. 8, , 19 9~ , and subjec~ to the provisions and requirements of County Code No. 51.011-51.059, the General Provisions printed on the roveroe side of ~bls permit and/or such Special Provisions as may be a~tached heroic, P~RMISSION IS HEREBY GRANTED ~O excavate and/or encroach within County road right.of-way for the purpose :: :of performing the following work: iLOCATION OFWORK:~ASHiNGTON DRIVE, BETWEEN CYPRESS AVENUE AND ~NIPER AVENUE, IN THE FONTANA LEGAL DESC: APN -- -- LOT: BLOCK: TRAC"R ('CONSTRUCTION TEMS: "', - CURB & . DRAINAGE WALL ~DRIVEWAY APPROACH GUTTER SI!DEWALK PAVING CONST. CONST.: OTHER Residential Commercial TOTAL LENGTH WIDTH OF FOOTAGE (:IF - CONDUIT CONDUIT UTILITY DRAWING EXCAVATION EXCAVATION PAVEMENT CUT MATERIAL SIZE 800 ' 10' 800 ' VCP 8" 2315 DECK WALL REMOVAL Amount (SEE AftACHED FOR P~RMIT CONDITIONS) Th=s portal ( ~S to be s(r=cUy construed and ~o weft( oilier than that specifically mentioned aOove is authorized hereby. Performance Of the work shall be ~eer"9d to ~e acceptance Dy the permittee of all terms and conditions of thie permit. ; /APPLICATION/ISSUANCE $ .00 C_~~,.~rlL / :- CHARGE ["3 INSPECTION 180.00 ' IeiCASH ~ TOTAL PERMIT FEE $ 180.00 it ~nginee/ Transportation Department .oo c- N ONuNLo~u~ Ill OEPOSIT IN TRUST/f188 $ PERMITEE II 1. All trench backfill and pavement repairs shall be accomplished to comply with attached Standard Trench Repair SPecifications. 2. Upon completion of the work, all brush, timber, scraps and material shall be entirely removed and the right-of-way lef~ in as presentable condition as before work started. 3. Compaction tests and Barber-Greene asphalt concrete cap required in accordance with attached County Specifications. 4. Notify Inspection Section 24 hours prior to beginning work. MAINTENANCE GUARANTEE Under the provisions of San Bernardino County Code Section 51.0210 adopted b? the Board of Supervisors on September 17, 1979, the highway surface excavated or damaged shall be replaced by the permittee to as good or better condition as the same was in before such work was begun and shall be maintained for the life of the utility encroaching in the public road after the completion of the work performed under the permit, during which life time period the permittee shall repair and make good any injury or damage to any portion of the highway which occurs as a result of work done under the permit. PROTECTION OF SURFACE AND UNDERGROUND FACILITIES Permittee shall receive an inquiry identification number from Underground Service Alert, telephone number 1-800-422-4133 prior to performing any work authorized by this permit, including all surface and underground excavation operations. Permit shall not be valid until the inquiry identification number is received. Underground Service Alert requires a minimum of 48 hours notice prior to the beginning of work to verify the location and ties of survey monuments, valve covers, meter boxes, manholes, handholes and underground facilities. Road Permit Section -~ Revised; October 7, 1986 SAN BERNARDINO COUNTY TRANSPORTATION DEPARTMENT SPECIFICATIONS FOR TRENCH REPAIR GENERAL REQUIREMENTS 1. NOTIFICATION - The Permittee shall notify the County Transportation Department before beginning work by mailing the enclosed orange Start Work Notice, In addition, inspection requests shall be made at least 24 hours in advance. the event work is done without proper inspection, the Permittee may be required to submit evidenc~ sufficient to satisfy the department that the work was performed in accordance with County Standard Specifications. 2. COMPLETION NOTICE - Permittee shallnotify the County Transportation Department by mailing the enclosed green Completion Notice. Requests for final inspection shall be made at lease 24 hours in advance. 3. MAINTENANCE OF TEENCHES Permittee snell perform continuing maintenance to all trenches during course of pipeline construction and shall maintain the trench for the life of the utility in accordance with County Code Section 51.0210. 4. MAINTENANCE OF UNDERGROUND FACILITIES - Permittee shall exercise reasonable care to maintain any landscaping, trees, or tree root systems within the road right-of-way and to immediately repair and make good any injury to any portion of said landscaping, trees, cr tree root system which occurs as a result of the work done under this permit. 5. MANHOLE ADJUSTMENTS - Manholes ~hall not be constructed to final grade until final paving has been completed. In the mountain area when manholes are adjusted to pavement grades,, they shall be 1/2 to 3/4-inch below adjacent pavement surface. In graded earth shoulders or earth flowline areas, asphalt concrete shall be placed to a minimum 2 feet around the manhole end paved out at ~5 degrees to the edge of existing pavement. 6. SNOW REMOVAL - County will remove snow on all roads which are safe for the operation of snow removal equipment. If conditions are such as to endanger equipment (sunken trenches, irregular paving, or other hazards), County will cease snow removal. Permittee and/or its contractor shall then be responsible for removal of snow to the surface of the road for a minimum width of ~0 feet. 7. CHANGES OR ADDITIONS TO PERMIT - The Transportation Department reserves the right to make any changes or additions to a permit after issuance if such changes or additions are believed necessary for the protection of the roads, or 6or the safety and convenience of the public. 8. FAILURE TO COMPLY WITH COUNTY SPECIFICATIONS - Should Permittee and/or its Contractor fail to comply with any of the provisions of this permit, County Transportation Department will notify Permittee in writing (or telephone in emergency cases) to discontinue further excavations within County road right-of-way until the discrepancy(lea) have been resolved to the satisfaction of the County Transportatio~ Department. Failure to perform the work may result in revocation of permits and/or the County may arrange for the work and bill the Permittee for the costs. Page 7 9. RELOCATION - It is further agreed that if any part of the installation interferes with the present use of roads by the general public, and needs adjusting to match the grade of the roadway or is in conflict with future County Road Improvement projects, it will be removed or relocated as designated bF the County Transportation Department at the expense of the Permittee or his successor in interest. lO. PRESERVATION OF PROPERTY - The permittee's legal relationship and responsibilities shall be as specified in Section 7 of the Standard Specifications of the State of California, in particular Section 7-1.11, "Preservation of Property," and section 7.1-12 "Responsibility for Damage." 11. TRACKLAYING CONSTRUCTION EQUIPMENT - Cleared tracklaying construction equipment shall not be permitted to operate on any paved surface unless fitted with smooth-faced street pads. All mechanical outriggers shall be fitted with rubber street shoes to protect the paving during excavations. Rubber-tired equipment only shall be used in backfill operations in paved areas. If the existing pavement is scarred, spelled, or broken during the term of this permit, or if the paveme~t is marred, these portions of road ~e resurfaeed over their entire width. 12. CARE OF DRAINAGE STRUCTURES Any drainage structure including corrugated metal pipe, concrete pipe, steel culvert and concrete structures encountered during excavation which necessitate removal shall be replaced in kind. In the event it becomes necessary to remove or cut existing drainage structures, San Bernardino County Transportation Department shall be notified prior to co~;nencement of this work. Drainage structures and open drains shall be kept free of debris at all times for proper drainage. 13. RIGHT OF WAY CLEANUP Any surplus material resulting from excavation and backfill operations shall be removed from the right of way. All paved surfaces shall be broomed clean of earth and other objectionable materials i~ediately sf;er backfill and compaction. Existing gutter line and drainage ditches shall be replaced to their original standarc or. better. All excess material shall be removed prior to paving. Water tanker shall be used, as required, to sprinkle the job site to keep do~ dust conditions and shall be used i~ediately after backfill. 14. DE--WATER OPERATIONS - If de-watering operations are required and pumps are forcing water on San Bern~rdino County roads, it shall be ;he responsibility of the permiS~ee (contractor) to control this water and to provide barricades and/or traffic control safety devices when necessary. 15. CLOSING STREETS - No street shall be closed. A minimum of one lane of traffic shall be maintained at all ~imes to provide limited access for the adjoining property owners and emergency vehicles. In the event it is felt by the permittee that he must close a street for any length of time, permi ttee shall contact this office to obtain the necessary permission. Allow five working days for processing the road closure request. 16. SURVEY MONUMENTS - Prior to excava;ion or beginning of construction, all survey monaants which exist on the centerline of all streets or property lines when involved shall be completely tied out so they may readily and correctly be replaced. At the completion of construction, any monument that was destroyed shall be replaced. A complete set of notes showing ~he ties to Page 2 mm these monuments shall be furnished to the Ban Bernardino County Surveyor prior to the removal of any monuments. All work shall be performed by a licensed civil engineer or surveyor at the expense of the Permittee. This office and the County Surveyor shall be notified upon completion of replacement of all survey monuments for the proper project clearance. 17. SAVE HARMLESS - Permittee agrees to indemnify County, its officers, agents, and employace against and hold them free and harmless of and from all claims and liabilities of any kind arising out of, in connection with, or resulting from negligence on part of Permittee, its officers, agents, contractors, and employees in connection with work undertaken under this permit and defend County and its officers, co~nissions, agents, and employees from any suits or actions of law or in equity for damages, and pay all court costs and counsel fees. TRENCH REPAIR REQUIREMENTS 1. PAVEMENT CUT Existing pavement to be removed shall be sawcut to neat, straight lines. Damaged pavement adjacent to the trench shall also be sawcut and removed, in rectangular sections, beyond the limits of damage. If approved by the Engineer, other cutting methods may be used where existing pavement conditions warrant. 2. BACKFILL Backfill shall be in .accordance with the current edition of the Standard Specifications of the State of California except as follows: A. COVER - There shall be at least 30" cover placed over all underground installations. B. RELATIVE COMPACTION - 90 percent minimum shall be required for that portion of backfill which is more than 0.5 foot below the grading plane for aggregate base or pavement. 95 percent minimum will be required for backfill which is within 0.5 foot of the grading plane for base or paving. 95 percent minimum will also be required for Class 2 Aggregate Base. For failing compaction tests, the entire area represented by that test shall be reworked and fetested at a random location. (See Section 3A). C. SAND EQUIVALENT - The minimum sand equivalent of 20 for beckfill material is waived where mechanical compatriot me;hods are used. D. WATER DENSIFICATION - Water densification (Ponding and jetting) of the upper 4 feet of backfill will not be allowed. At greater depths, this method will be permitted when, as determined by the Engineer, the backfill material is of such character that it will be self-draining when compacted and the foundation materials will not soften, or be otherwise damaged by the applied water. This method will not be considered unless both the backfill materials and foundation materials have a sand equivalent of at least 20. Requests and reports of tests representing foundation soils (and backfill material if imported) will be required before this method can be considered. E. BACKFILL MATERIAL - Native material will be allowed for backfill provided compaction requirements can be achieved. Page 3 TEST REPORTS - Testa shall be taken by a licensed engineer or testing laboratory at random locations selected by the testing firm and/or the Transporation Department. Test reports shall be submitted to the Transportation Department, Inspection Section. Compaction tests shall be in accordance with California Tests No. 216, Sandcone, or No. 231, Nuclear (ASTM D-1556 and D-1557-70). Sand Equivalent tests shall be in accordance with California Test No. 217. Final acceptance of the permit shall not be given until test reports are accepted and approved by the Transportation Department. Frequency of Tests A. Compaction Tests - 90% (95~ for top 0.5' and Aggregate Base, if any) 1. Longitudinal Trenches - A complete series of compaction tests shall be taken for each 4 foot thickness of backfill placed Each series shall consist of tests taken at approximate maximum intervals of 400 feet. For layers densified by ponding and jetting, all tests shall be obtained near the surface of that layer. For layers compacted by mechanical methods', approximately half of the tests shall be obtained near the surface of that layer and the other half at mid-depth of that layer. 2o Lateral Trenches - Compaction teats shall be taken on of the laterals, one test for each 4 feet of depth ef the lateral. B. Sand Equivalent Tests - When water densification is requested, sand equivalent tests shall be obtained at approximate maximum intervals of 1000 feet representing foundation soils and backfill material if different than native soils. Additional tests may be necessary to define limits of material with sand equivalents greater or less than 20. Note: A sand equivalent of 20 or greater will not necessarily be sufficient justification to allow water densification. To avoid. delays and inconvenience to the public, approval to use water densification must be obtained before beginning excavation. BASE MATERIAL - Where base material has been removed, it shall be repls'ced with Class II Aggregate Base to same thickness as that removed but not less than 6 inches thick. (See Drawing No. 1). In lieu of base material, additional asphalt concrete (hot miX) may be placed at the ratio of 1 inch additional per 2 inches aggregate base. If additional asphalb concrete is used, it shall be placed in lifts not exceeding 0.25 foot (3") maximum thickness. INITIAL PAVEMENT REPAIR - I~nediately upon completion of backfill, but in no case later than the fifth day followin~ excavation, the Permittee snail cap the compacted trench by one of the following methods: A. TEMPORARY PAVEMENT REPAIR A minimum of 2 inches of "cold mix" asphalt shall be placed flush with existing pavement to provide a smooth riding surface. This pavement shall be maintained on a regular basis by placing additional material and maintaining as required to provide a s~ooth ride. This pavement shall be removed and the backfill ragfaded to the specified depth prior to the placemen~ of the permanent pavement repairs. Page 4 B. BASE COURSE PAVING - After compaction of backfill and obtaining of required tests, the trench shall be graded to provide the proper thickness of asphalt. Existing pavement shall be cleaned and tacked ~nd asphalt concrete (Type B, AR 4000, 3/8" maximum, "Hot Mix") shall be placed and compacted flush with existing pavement adjacent to the trench. This pavement shall be maintained es required to provide a smooth ride. This pavement may remain in place at the time of permanent final paving repair. All trenches shall be backfilled and pavement in place on Saturdays, Sundays and Holidays in accordance with either Section A or B above. FINISH PAVING - Where caphalt paving has been removed, permanent, finish paving shall be replaced with a minimum, based-in, 3 inch thickness of Type B AR4000 3/8 inch maximum hot mixed asphalt concrete within 30 days efter completion of backfill. (This time may be extended due to inclement weather or seesonal weether unsuitable for paving operations. (See Drawing No. 1). If temporary "cold mix~' asphalt h~s been placed, it shall be removed ~nd Base Course Paving shall be placed in accordance with Section 5B above. Finish paving shall be accomplished by a licensed contractor engaged in the business of pevement repair in accordance with the following speeifioations: A. FINISH PAVING OF LATERALS AND TRENCHES LESS ~HAN 300 FEET LONG Damaged or cracked p~veme~t adj~cen~ to the trench shall be sawc~t and removed i~ rectangular shapes. Existing pavement sha~l cleaned and a "t~ck co~t" shall be uniformly applied and "squared" up a m~nimum of one (1) foot beyond the ~imit~ of pavement removal. Asphalt concrete shal~ be placed to provi~ a ~mooth riding s~rface. Finished surface on lateral trench repairs shall not wry more than .03' above or .01' below existing pavement grade and on ~ongitudina~ ~rench repairs, the grade ~ha~l not vary more than .02' above nor more than .01' b~low existing pavement. Compaction ~hal~ be by any s~itable means to provide uniform densification. (See Drawing No. 1). B. FINISH PAVING OF TRENCHES IN PAVED DRIVING LANES OVER 300 F~E~ ~N LENGTH OR MORE THAN SIX (6) LATERALS, TRENCHES AND/OR POT HOLES IN 300 FOOT BECkION OF ROADWA~ - Pavement ~ha!~ be overlaid uti!iz~ng a self-propelled vibrating scr~ed paving machine (Barb~r-Green~ or equivalent) and hot-mixed a~pha~t concrete (Type B, AR4000, 3/8" maximum). Ar~ of over~ay sha~l be c~ean~d and uniformly tack coated. Asphalt concrete overlay m~t extend at le~t one foot (1~) l~terally a~d five feet (5') longitudinally beyond edge~ of trench excavation and/or pavement damaged by trenching. Asphalt concret~ overlay sha~ be placed parallel to the ~nterline and sha~l cover the entire trave~ l~ne width ~but not less than 1~ feet wide. ~ere the trench crosses center~ine, the asphalt concrete overlay sha~l extend 5 feet beyond and start 5 feet preceding the point where extreme outer edge~ of trench crosse~ centerline. Asphalt concrete over~ay at minimum practical thickness (1 inch minim~) shall be placed to Page 5 provide a dense and smooth riding surface. Compaction shall be obtained by means of at least one (1) 2-axle steel wheeled roller weighing not less than 8 tons unless otherwise permitted by the engineer. (See Drawin~ No. EXCEPTION: If the pavement cut is in the paved shoulder of the road, the pavement overlay may be placed for the width of the shoulder only, provided the following conditions are met: 1. The overlay must extend at least 1 foot beyond the edges of the trench excavation and/or pavement damaged by trenching, and; 2. The resulting overlay shall not encroach into the traveled way of the roadway. 3. Paving shall be placed by equipment with a spreading device approved by the Engineer. 7. OPEN GRADED PAVING - Where opeh graded paving has been removed, permanent open graded asphalt concrete shall be replaced as specified in Section 39, Standard Specifications, State of California, Department of Transportation, cdrrent edition. Work of replacement of open graded asphalt concrete to be accomplished by a licensed contractor engaged in the business of pavement repair. 8. BITUMINOUS SEAL COAT - A seal coat consisting of an application binder and screenings shall be applied on all patch areas where such seal coats existed prior to the issuance of this permit. The type of seal coat to be applied snail be designated as medium. Seal coats shall be as specified in Section 37, Standard Specifications,, State of California, Department of Transportation, current edition. Work of pavement repair to be accomplished by a licensed contracnor engaged in the business of pavemen~ repair. PUBLIC CONVENIENCE REQUIREMENTS 1. The Permittee shall conduct. his operations so as to offer the least possible obstruction and inconvenience to the public and he shall have under construction no grea~er length or amount of work than he can prosecute properly with due regard to the rights of the public. 2. Unless otherwise provided in the Special Provisions, all publio traffi~ shall be permitted to pass through the work with as little inconvenience and delay as possible. Where possible, such traffic shall be routed on new or existing paved surfaces. 3. Spillage resulting from hauling operations along or across any public traveled way shall be removed in~ediately by the Permittee at his expense. 4. Ccnstruction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. 5. Convenient access to driveways, houses, and buildings along the line of the work shall be maintained and temporary approaches to crossings or intersecting highways shall be provided and kept in good condition. Whe~ the abutting Page 6 property owner's access acr,Dss the right-of-way line is to be eliminated Or to be replaced by other access, the 'property owner's access shall not be closed until the replacement access facilities are usable. 6. Water or dust palliative shall be applied as required for the alleviation or preventation of dust nuisance. 7. In order to expedite the passage of public traffic through or around the work, the Permittee shall install signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. Also, the Permittee shall furnish competent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work. PUBLIC SAFETY REQUIREMENTS 1. Whenever work is being performed adjacent to a lane carrying traffic, the edge of lane or edge of pavement shall be delineated by placing temporary portable delineators adjacent, thereto. 2. Whenever the Permittee's operations create a condition hazardous to traffic or to the public, he shall, at his expense and without costs to the County, furnish, erect, and maintain such fences, barricades, lights, signs, and other devices, and take such other protective measures as ere necessary to prevent accidents, damage, or injury to the public. The Permittee snell also furnis~ such flagmen as are necessary ~o give adequate warning to traffic or to the-. public of any dangerous conditions to be encountered. Signs, lights, flags, and other warning and safety devices shall conform ~o the requirements set forth in the current "~NUAL OF TRAFFIC CONTROLS - Warning signs, Lights, and Devices for the Use in Performance of Work Upon Highways", issued by the State of California Department of Transportation. ~en construction results in only one p~ved ~raffic lane being open to traffic, a minimum of two (2) flagmen, wi~h appropriate signs and iDrotective equipment, shall be required to direct ~raffic through ~he construction zone. In certain cases, pilot cars and/or radio co~unication between flagmen may be required. 3. Should the Permittee appear to be neglectful in furnishing, installing, and maintaining warning devices and ta~ing protective measures as above provided, the County may direct attention to the existence of a hazard and the necessary warning devices shall be furnished, installed, and maintained and protective measures taken Dy ~he Permittee at his expense. Should the County point ou~ the inadequacy of warning devices and protective measures, such action on the part of the County shall no~ relieve the Permittee of his responaibility for furnishing and maintaining any of the protective facilities heroinbefore specified. 4. Roadside trees, shrubs, and other planns are not to be removed, unless removal is noted on the plans. Should tree roots be severed, thereby weakening their structure, 5he County may require trees to be removed, topped or tripod for safety purposes. Pole lines, fences, signs, markers, monuments, buildings, structures, conduits, pipelines, sewer and water lines, all highway facilities, an~ any other improvement or facilities within or adjacent to the highway, under or adore ~he ground, shall be protected from injury or damage. If such ob2ects are injured or damaged by reason of Permittee's operations, they shall be replaced or restored ab Permittee's expense. ~e facilities shall be Page 7 replaced or restored to a condition as good as when the Permittee entered upon the work. The County may make or cause to be made such temporary repairs as necessary to restore to service any damaged highway facility. The cost of such repairs shall be borne by the Permittee and may be deducted from any monies on deposit and/or the Permittee may be billed for any additional costs of repairs. 5. Where necessary for Public Safety end Convenience, Permittee shall, at his expense, provide and maintain suitable drainage of the roadway and erect such ki temporary structures as are necessary. The suspension of the work from any cause whatever, shall not relieve the Permittee of his responsibility to provide for the safety and convenience of public traffic and local residents. 6. If Permittee fails ~o provide traffic controls and other safety devices, as required for the protection of the traveling public, County will provide such safety devices and charge any costs against Permittee's cash deposit. Permittee may also be billed for any sdditionat costs for repairs or for providing safety devices if costs exceed the amount of the cash deposit. ~-~ 7. Emergency repairs: Permittee shall furnish names and telephone numbers of persons to contact in case immediate repairs are needed. IS a responsible person is not available at this number, County may make immediate repairs and deduct the costs from the cash deposit. * 8. Should any traffic striping and/or pavement markings be damaged or removed by reason of Permittees operations, they shall be restored or replaced at ,i4 Permittee's expense. Traffic stripes and/or pavement markings shall be restored or replaced by application of thermoplastic material. Under certain situations traffic stripes and/or pavement markings may be restored or replaced i,~ with retrorefleotive paint with the prior approval of the Permit Engineer. ~ TRANSPORTATION DEPARTMENT 825 East Third Street INSPECTION OFFICE DiEt. I Map Road Name Type Account No,. " i.., 3 15VZl-F2 WASHINGTON DBIVE 12 cITY oF FONT, NA E '6 2 2 S 2 ~'~ Permit Number 8353 SIERRA AVENUE PERMIT DATE SEPT. 22,1994 ''~ FONTANA, CA 92335 RERM~TEXPfRES SEPT. 22,1995 City State Zip '~ Pemon in Charge of Pield Work STARTWORK SEPT. 22, t994 IiII In accordance with your application dated .q~'PT. ] .~ , 19 94 , and subject to the provisions and requirements o - ~ County Code No. 5t.011-51,089, the General Provisions printed on the reverse side of this permit and/or such Special Provisions as ma~ ~ be attached hereto, PERMISSION IS HEREBY GRANTED TO excavate and/or encroach within County road right-of-way for the p. urposE of performing the following work: LOCATION OF WORK: - TREE REMOVAL ON WASHINGTON DRIVE, BETWEEN CYPRESS AVENUE AND J. UNIPER AVENUE, IN · 'FHE FONTANA AREA. ~ LEGAL DESC: APN -- -- LO'l~ BLOCK: TRAC~ : i ,rCONSTRUCTION ITEMS: DRIVEWAY APPROACH CURB & 81DEWALK PAVING DRAINAGE WALL , OTHER t. · · '-.: - GUI'rER' CONST:. : -~ CONST,: ' ': · !, ~ .'Residential ': ; - ' ' =sl : Commercial ' :' !'~"': ' ' ii .r TOTALLENGTH t "WIDTHOF' .. FOOTAGE!OF '..' ~'.: CONDUIT ~E=;;: CONDUIT "' ~:Lh;l"' ';':~":: ' ' LITY WING EXCAVATION EXCAVATION. PAVEMENT CUT ' ;, - ;-MATERIAL SIZE,-.'-- "' '..,, ' E'I [] :: ENCROACHMENT.' TRACT PARKING RETAINING TREE OTHER e/ DECK WALL REMOVAL be deemed to be acceptance by the permittee of all terms and conditior~s of this permit. ~ '- ~APPLICATION/ISSUANCE $ .00 i$., INSPECTION . O0 ' i CASH ~'~ TOTAL PERMIT FEE $ .00 ~ t Engineer U' Transportation Department OEPOSIT IN TRUST #188 $ PER,"~ITEE =., ss PAGE 3 OF 3 PETIT E- G TRE~ R~OVAL PROVISIONS ~' 1. REMOVE ~ TREE(S) FROM WITHIN COUNTY ROAD RIGHT-OF-WAY. i 2. TREE STUMPS MUST BE REMOVED FLUSH WITH ADJACENT GROUND ELEVATION. 3- REMOVAL OF TREES AND STUMPS FROM WITHIN COUNTY ROAD RIGHT-OF-WAY SHALL BE ACCOMPLISHED ACCORDING TO THE FOLLOWING SPECIFICATIONS FOR TREE T.~ REMOVAL. 11F_.E REMOVAL SPECIFICATIONS i_ THE PROPOSED WORK SHALL BE S~BORDINATED TO ANY OPERATIONS WHICH THE COUNTY MAY CONDUCT DURING THE PERMIT PERIOD AND SHALL BE COORDINATED WITH THE WORK OF THE COUNTY FORCES OR CONTRACTORS SO THAT THERE SHALL BE NO DELAY TO NOR INTERFERENCE WITH COUNTY OPERATIONS. NO CHANGES SHALL BE MADE IN THE EXISTING HIGHWAY DRAINAGE UNLESS SPECIFICALLY AUTHORIZED BY THE DISTRICT ROAD SUPERINTENDENT. ADEQUATE SIGNS, LIGHTS, FLAGMEN, AND BARRICADES SHALL BE PROVIDED TO PROTECT TRAFFIC AT ALL TIMES. SAFETY DEVICES SHALL BE USED IN CONFOR- ® MANCE WITH ATTACHED "SAFETY ORDERS". NO EQUIPMENT OR MATERIAL SHALL BE LOCATED ON THE TRAVELED WAY OR IMPROVED SHOULDER DURING THE HOURS OF DARKNESS OR SATURDAY, SUNDAYS, ** AND HOLIDAYS, EXCEPT WITH THE EXPLICIT APPROVAL OF THE DISTRICT ROAD SUPERVISOR. .- THE PERMITTEE SHALL PRESERVE THE HIGHWAY PAVEMENT FROM ~RKING OR OTHER DAMAGE DUE TO HIS OPERATIONS AND SHALL RESTORE AT NO COST TO THE COUNTY, PAVED AREAS WHICH ARE SCARRED OR OTHERWISE DAMAGED BY VEHICLES OPERATING ON WORK UNDER HIS DIRECTION. TREES SHALL BE REMOVED IN SECTIONS WHICH CAN BE HANDLED SAFELY WITHOUT INTERFERENCE OR HAZARD TO HIGHWAY TRAFFIC. THE ENTIRE TREE AND STUMP """ SHALL BE REMOVED AND DISPOSED OF SO THAT NO DEBRIS REMAINS IN VIF~ FROM THE HIGHWAY AND THE STUMP HOLE SHALL BE BACKFILLED AND THOROUGHLY COMPACTED, UNLESS OTHERWISE SPECIFIED. PERMITTEE AGREES TO INDEMNIFY COUNTY, ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST AND HOLD THEM FREE AND HARMLESS OF AND FROM ALL ~** CLAIMS AND LIABILITIES OF ANY KIND ARISING OUT OF, IN CONNECTION WITH OR RESULTING FROM NEGLIGENCE ON PART OF PERMITTEE, ITS OFFICERS, AGENTS, CONTRACTORS, AND EMPLOYEES IN CONNECTION WITH WORK UNDERTAKEN ! ~ UNDER THIS PERMIT, AND DEFEND COUNTY AND ITS OFFICERS, COMMISSIONS, ~" ~ AGENTS AND EMPLOYEES FROM ANY SUITS OR ACTIONS AT LAW OR IN EQUITY FOR D~AGES, AND PAY ALL COURT COSTS AND COUNSEL FEES. CITY' OF FONTANA CHECK LIST FORM TOP SHEET IN THE FILE! PROJECT NAME: WASHINGTON DR3[VE SEWER PROJECT LOCATION: WASHINGTON DRIVE FROM CYPRESS AVENUE TO APPROX. 803 FEET EAST OF CYPRESS AVENUE CFD/RDA/ASSESSMENT DISTRICT:~ N/A CONSTRUCTION MANAGER: YOUSUF PATANWALA, (909) 350-6645 PROJECT MANAGER: YOUSUF PATANWALA, (909) 350-6645 DESIGN ENGINEER: CITY OF FONTANA/CAPITAL IMPROVEMENTS PROJECTS SOILS ENGINEER: NINYO and MOORE, INC. CONSTRUCTION INSPECTOR: BOB SAVANT. CONTRACTOR: S.J. BURKHARDT PROJECT AWARD DATE: MAY 2, ].995 PROJECT COMPLETION DATE: CONTRACT AMOUNT: $85,500.00 / 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 submittedL 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 quanity and contract change orders. G. Any Stop Notices or claims on the project? (If yes, project cannot be finalized) H. Project file complete F~NAL ACCEPTANCE DATE BY THE COU~ICIL:~v,,,~e~ RETENTION MONEY RELEASED: ~o~ CITY CuUNCIL ACTION REPORT SEPTEMBER 5, 1995 ~ FROM: Community Development Department SUBJECT: Final Acceptance of the Construction of the Washington Drive Sewer Project RECOMMENDATION: ACCEPT AS COMPLETE THE WORK PERFORMED BY S.J. BURKI1ARDT, INC. FOR THE CONSTRUCTION OF WASHINGTON DRIVE 5L!VVER PR(~JEC~I~ FROM CYPRESS AVENUE TO APPROXIMATELY 803 FEE'I EAST A.~I~ 'i~O AUTHORIZE THE CITY ENGINEER TO EXECUTE AND FILE THE NOTICE OF COMPLETION FOR CITY PROJECT NO. SB-71-94 AND APPROVE THE FINAL CONSTRUCTION AMOUNT OF ~89,056.70 COUNCIL GOALS: Improve and upgrade the City':s existing infrastructure. DISCUSSION: On May 2, 1995, the City Council accepted a bid in the amount of ~85,500 and awarded a construction contract to S.J. Burkhardt, Inc. for the construction of the. Washington Drive Sewer Project from Cypress Avenue to approximately 803 feet east. The Contractor completed the project in accordance with the plans and specifications. During the course of the construction, three contract change orders were approved totaling ~3,556.70 (4.16%),bringing the total construction cost to $89,056.70. FISCAL IMPACT: Funds for this project were budgeted in the Fiscal Year 1994/95 Budget in Fund 502 Program Number 53720. MOTION: Approve staff recommendation. SUBMITTED BY: APPROVED BY: Frank A. Schuma . D Community Development Director City Manager YP:ke ATTACHMENTS: Page 1 - Vicinity Map Item: C.C'K 0 5000' L E ~ ES N 0 C[TY OF FONTANA CITY OF FONTANA EMERGENCY 1MFOP~ATION PROJECT NAME: WASHINGTON DRIVE SEWER EXTENSION PROJECT LOCATION: CYPRESS AVENUE TO APPROXo 803 FEET EAST CONTRACTOR: SJ. BURKHART, INC. ADDRESS:6157 MARLATT STREET MIRA LOMA. CA, 92752 OFFICE PHONE: (909)685-7488 FAX:(909)685-7838 RESIDENCE PHONE: MAINTENANCE SUPERINTENDENT: . BEEPER: ADDRESS: qS'Tz t~ o~d m~e~' e t~,v~ ~,o~ ~ ~ ~Z ~'09 DAY PHONE:qUa- ~o~5 - 7t'/e~ RESIDENCE FHONE:qOq-&,5'3 -6732. CITY OF FONTANA - EMERGENCY NUMBERS Police Department General Information ....909-350-7700 Emergencies ....... 911 Public Services ....... 909-350-6760 Curtis Aaron ...... 909-350-6685 Engineering Division .... 909-350-7610 Yousuf Patanwala. , Off: 909-350-6645 Home: 909-889-2819 Carlos Navarro, , , Off: 909-350-6632 Home: 909-825-4727 _ Robert Savant (Insp) ~rnf! 3(~S~j-3, , : - - : - t564- ~ ~;Z~ The names, addresses and telephone numbers of the contractor and sub-contractors or his representatives, shall be fded with the City Engineer and the Police Department prior to beginning work. The contractor 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 tim~ th~ contractor wishes to close off the street or in any way restrict the traffic flow. In actual strut closures, the submitted plan shall indicate :the route of th~ detour, the character of the temporary pavement wher~ required, and a layout of the locations of signs and lighting. In all other cases, the contractor shall provide adequat~ traffic flow in both directions. If traffic cannot be maintained th~ contractor shall provide flagmen whose sole duties consist of directing traffic through and around th~ work. In all cases, the approval of a suitable plan shall be granted to the contractor prior to the beginning of constrhction. Failure or ~efusal by the contractor to comply with the above mentioned requirements shall be sufficient cause for tile City Engineer to order the work done by city forces and the cost therein to be borne by the contractor. Polle~ Depaxtngnt, Attn: Dispatch and Traffic Sergeant .M~,~iato lingincur/Inspection Pub fie $~rvi¢cs Di~or Contxactor: CITY COUNCIL ACTION REPORT MAY 2, 1995 MEETING FROM: Community Developrnent Department SUBJECT: Award of Contract for the Construction of Washington Drive Sewer Project from Cypress Avenue to Approximately 803 Feet East. RECOMMENDATION: ACCEPT A BiD IN THE AMOUNT OF 985,500 AND AUTHORIZE THE CITY MANAGER TO ENTER INTO A CONTRACT WITH S.J. BURKHARDT, INC. FOR THE CONSTRUCTION OF WASHINGTON DRIVE SEWER PROJECT FROM CYPRESS AVENUE TO APPROXIMATELY 803 FEET EAST; AND TO AUTHORIZE A CONSTRUCTION CONTINGENCY FUND IN THE AMOUNT OF ~/8,550.00 (10% OF THE (:ONSTRUCTION AMOUNT). COUNCIL GOALS: To improve and upgrade the City's existing infrastructure. DISCUSSION: On April 6, 1995, City Clerk received eleven bid proposals for this project. The bids were publicly opened at 2:00 pm in the City Council chambers. S. J. Burkhardt, Incorporated has been confirmed ss the lowest responsible bidder. The construction of the Washington Drive Sewer Project will extend the sewer main from the Birtcher-Trachman Commercial Center throufJh Washington Drive to an existing sewer main in Cypress Avenue. The construction of tile sewer line will also eliminate the sewer pump tift station which is located within the Birtcher-Trachn~an Commercial Center. FISCAL IMPACT: Funds in the amount of e102,000 for the Washington Drive Sewer Project are budgeted in the Fiscal Year 1994/95 Budget in Fund 502 Program Number 53720. MOTION: Approve staff recommendation. SUBMITTED BY: ~~ Frank A. Schuma Community Development C)lrecto4r City Manager ATTACHMENTS: Page 1 - Vicinity Map Item: CC'~ 0 5000' RANCHO < ~ o H*GHLAND = A~V~ < ~ CUCAi~ONGA ~ ~ < SPRR ~u BASELINE RD. ~, ~ ~ a ~ , ~~ PROJECT ~ ~" "~"~~'~~<~' LOCATION <C ~ ~ z CITY OF FONTANA WASHINGTON DRIVE SEWER PROJECT